CITY OF HUTCHINSON SEALED BID FORM
|
|
- Joel Wilson
- 7 years ago
- Views:
Transcription
1 CITY OF HUTCHINSON SEALED BID FORM Please quote your delivered prices to the City of Hutchinson on items or services listed below. Consult attached minimum and general specifications for requirements. This is not an order. BID NUMBER: BID SUBMITTAL DEADLINE: 10:00 A.M. CST on October 20, 2015 BID OPENING TIME: 1:30 P.M. CST on October 20, 2015 INSTRUCTIONS: THIS FORM MUST BE PROPERLY FILLED OUT AND RETURNED BY MAIL OR IN PERSON TO : The City Of Hutchinson, City Clerk s Office in the Finance Department, 125 East Avenue B, P.O. Box 1567, Hutchinson, Kansas RETURN PRIOR TO 10:00 A.M. CST on October 20, Bids are to be made on this SEALED BID FORM, sealed in an envelope clearly marked with the BID NUMBER stated at the upper left portion of this sheet (to avoid premature opening of the Bid), and returned to the City Clerk s Office (see above address). Failure to mark your Bid may cause your Bid to not be considered during official opening. Bids will be publicly opened and read at the above stated time in the Public Works Conference Room, 1500 South Plum, Hutchinson, Kansas. Bid not submitted pursuant to the conditions set out in this request may be rejected. All Bids received after the stated opening date and time will be returned unopened to the vendor. * The City of Hutchinson reserves the right to reject part or all of any bid and to waive formalities. All bids are subject to Purchasing Policies set by the City Council of Hutchinson. The City of Hutchinson reserves the right to divide purchases among venders to accomplish the best gross price and to make the final decision as to acceptability of quality and price. Thank You, Marjorie K. Bryant, Purchasing Manager, City of Hutchinson (620) ITEM NO QUANTITY DESCRIPTION UNIT PRICE/ EACH #1 Approx. Eighty- Eight (88) units FURNISH ALL LABOR, MATERIALS AND EQUIPMENT REQUIRED TO COMPLETE ANNUAL FUNCTION TESTING OF SELF-CONTAINED BREATHING APPARATUS UNITS AS PER ATTACHED MINIMUM SPECIFICATIONS. #2 Approx. One (1) Cart #3 Approx. Three (3) units FURNISH ALL LABOR, MATERIALS AND EQUIPMENT REQUIRED TO COMPLETE ANNUAL FUNCTION TESTING OF SCOTT MOBILE AIR SUPPLY CART AS PER ATTACHED MINIMUM SPECIFICATIONS. FURNISH ALL LABOR, MATERIALS AND EQUIPMENT REQUIRED TO COMPLETE ANNUAL FUNCTION TESTING OF SCOTT SKA-PAK ESCAPE PACK UNITS AS PER ATTACHED MINIMUM SPECIFICATIONS. TOTAL BID IF ALL ITEMS LISTED ARE PURCHASED FROM YOUR COMPANY AT ONE TIME, INCLUDING ALL DISCOUNTS: IN SUBMITTING THE ABOVE, THE VENDOR EXPRESSLY AGREES THAT UPON PROPER ACCEPTANCE BY THE CITY OF HUTCHINSON, A CONTRACT SHALL THEREBY BE CREATED. THIS BID FORM MUST BE SIGNED! SIGNATURE ORDERING ADDRESS/CONTACT: BIDDER COMPANY NAME STREET ADDRESS CITY/STATE/ZIP TITLE REMITTANCE ADDRESS (IF DIFFERENT): REMITTANCE NAME REMITTANCE ADDRESS REMITTANCE CITY/STATE/ZIP TELEPHONE NUMBER ADDRESS FAX NUMBER
2 CERTIFICATE OF NON-DISCRIMINATION The undersigned Contractor hereby agrees to observe all the provisions of Chapter 3 of the Code of the City of Hutchinson, Kansas, 1988, and any subsequent amendments thereto and provisions of K.S.A and 1031, as amended, including subsection (a), paragraphs (1) through (5) inclusively of Section 1030, which reads as follows: (1) the Contractor shall observe the provisions of the Kansas Act Against Discrimination and shall not discriminate against any person in the performance of work under the present Contract because of race, religion, color, sex, disability, national origin or ancestry; (2) in all solicitations or advertisements for employees, the Contractor shall include the phrase, "Equal Opportunity Employer," or a similar phrase to be approved by the Commission; (3) if the Contractor fails to comply with the manner in which the Contractor reports to the Commission in accordance with the provisions of K.S.A , and amendments thereto, the Contractor shall be deemed to have breached the present Contract and it may be canceled, terminated or suspended, in whole or in part, by the contracting agency; (4) if the Contractor is found guilty of a violation of the Kansas Act Against Discrimination under a decision or order of the Commission which has become final, the Contractor shall be deemed to have breached the present Contract and it may be canceled, terminated or suspended, in whole or in part, by the contracting agency; and (5) the Contractor shall include the provisions of subsections (a) 1 through 4 in every subcontract or purchase order so that such provisions will be binding upon such subcontractor or vendor. Signing of this certificate acknowledges inclusion of the same in the base Contract before signing thereof and acceptance of the terms of this certificate. Date Name of Contractor By Name and Title * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CERTIFICATION OF PAID PERSONAL AND REAL ESTATE TAXES In compliance with City of Hutchinson purchasing policies, the following certification on property owned within Reno County must be completed and returned with the quotations in accordance with the City's policy on delinquent property taxes. A. "The owner(s) or corporation hereby certifies that all personal and real estate taxes within Reno County are paid." B. "No property is owned by the owner(s) or corporation within Reno County." DATE: SIGNATURE: COMPANY: NAME OF SIGNEE: TELEPHONE NUMBER: TITLE OF SIGNEE: PLEASE NOTE: This form is to be attached to the proposal when the quotation is submitted.
3 SPECIAL CONDITIONS 1. This Contract is established to furnish Annual Function Testing of Units for the City of Hutchinson Fire Department for the period of January 1, 2016 through December 31, Terms effective through those dates and renewable by mutual consent of the contractor and the City of Hutchinson for twelve (12) months for a period not beyond December 31, An agreement will be entered with the successful bidder(s) for an original period of one (1) calendar year, or portion of one (1) calendar year following acceptance of contract by both parties and may be renewed thereafter for a period not to exceed December 31, The fee for services shall remain firm for the entire contract period except through written petition to the Purchasing Manager of the City of Hutchinson stating reasoning for requesting the increase. This petition shall be reviewed and up to the discretion of the City for approval or disapproval. Should the petition be disapproved, termination of the contract may be initiated through the terms herein stated. This agreement may be terminated by the City upon seven (7) days written notice in the event of substantial failure by the Contractor to perform in accordance with the terms or for failing to provide reasonable service according to prevailing standards of the industry in the area of the State and/or if the Contractor failed to meet the provision of this agreement. Either party may terminate this agreement upon thirty (30) days written notice if the other party has not provided, in the option of the party, satisfactory compliance to the agreement, and only after written notice. Performance under this agreement is subject to strikes, lockouts, wars, acts of God and any condition beyond the Contractor s control 2. Contract may be terminated by the owner if the contractor does not, in the opinion of the owner, satisfactorily perform the services as indicated in the Special Conditions and Specifications herein. The notice of termination will be in written form to the contractor. In addition, either party may terminate this agreement by giving a thirty (30) day written notice by registered mail. 3. EMPLOYEES: All persons furnished by the contractor to perform work specified under this contract shall be deemed to be employees of the contractor for all purposes. 4. INSURANCE RESPONSIBILITY AND LIABILITY: The contractor's interest in all property herein described, if any, or any personal liability to him/her arising from this agreement to whatever extent shall be considered to be covered by applicable insurance by the contractor to the extent required. Notwithstanding any language to the contrary, no interpretation shall be allowed to find the City of Hutchinson or any of it's agencies responsible for loss or damage to personal or City property, not to hold contractors harmless from any such occurrences. Contractor shall possess Worker's Compensation Insurance in the amount required by law. 5. SCHEDULING OF WORK: All of the services requested shall be performed annually and shall be performed initially within thirty (30) days of the beginning of the contract period, and thereafter as requested. 6. SPECIFICATIONS: Service shall be performed in exact accord with the Minimum Specifications. Omissions not cleared with the City of Hutchinson will be cause for cancellation of the contract. 7. The fee for service shall remain firm for the twelve (12) month period of the contract except through written petition to the Purchasing Manager stating reasoning for requesting the increase. This petition shall be reviewed and up to the discretion of the Owner for approval or disapproval. Should the petition be disapproved, termination of the contract may be initiated through the terms of paragraph two (2).
4 HUTCHINSON FIRE DEPARTMENT MINIMUM SPECIFICATIONS, BID for ANNUAL INSPECTION, SERVICING, AND REPAIR OF SELF-CONTAINED BREATHING APPARATUS, MOBILE AIR SUPPLY CART & SKA-PAK ESCAPE PACKS This is a request for Scott Aviation Manufacturer s authorized self-contained breathing apparatus service vendors to bid on Hutchinson Fire Department s annual inspection, servicing and repair of approximately eighty-eight (88) 4.5 Self-contained Breathing Apparatus Units, one (1) Scott Mobile Air Supply Cart, and three (3) Scott SKA-PAK Escape Packs. Only bids from authorized Scott Aviation Manufacturer s service vendors will be accepted, no exceptions. Certificate of Scott Aviation Manufacturer authorization shall accompany bid. Certificate of Insurance showing coverages to be in force shall accompany bid. Vendors shall use the following minimum specifications for the annual inspection, servicing and repair of all 4.5 self-contained breathing apparatus (SCBA), Scott mobile air supply cart, and Scott SKA-PAK escape packs. These specifications are the minimum criteria vendors are to provide; materials and procedures shall not fall below these specifications. All modifications to these specifications must be approved by the Fire Chief or Deputy Fire Chief prior to acceptance. I. Annual inspection, servicing and repair shall be performed at Hutchinson Fire Department, Fire Station #7 located at 3416 East 30 th, Hutchinson, Kansas. II. III. IV. Annual inspection, servicing and repair shall be conducted in accordance with manufacturer s instructions by qualified Scott authorized technicians. Technicians shall use Scott supplied or approved test equipment and parts in an authorized mobile facility. Replacement parts to be Scott most current models. Vendor to maintain an on-hand inventory of replacement parts. Annual inspection and servicing shall include function testing, repairs and overhauls. A. Disassembling of the SCBA, cart and escape packs into major components for visual inspection of the apparatus for wear or damaged components. B. Regulator and pressure reducer performance check utilizing approved test equipment, flow testing of the regulator, disassembling and cleaning of the regulator, replacement of worn parts or those recommended by the manufacturer in the regulator assemblies. C. Disassembling of the low air alarm, cleaning and replacement of components as necessary. D. Cleaning of the facepiece and harness assembly and replacement of components as needed or scheduled. E. Reassembling of the entire SCBA and testing for proper operation of all components includes complete leak test of the system and components. F. Proper recording of all performed maintenance and return of the SCBA to service. G. Provide a printout of the function test performed on each air pack using a BIO system posi-check test system. The posi-check will perform the following tests: 1. Total visual inspection check list
5 2. Mask leak test 3. Exhalation valve check 4. Static pressure check of the mask 5. Low and maximum breathing resistance test 6. Pressure gauge accuracy test, 3 part test 7. Alarm accuracy test 8. Purge test H. Provide certified documentation for each unit indicating pass/fail at completion of annual inspection and testing. V. The types of equipment the service facility must have are a Scott test stand part # , # or # and all related tools and equipment required by Scott Aviation for function test and overhaul to maintain NIOSH/MSHA certification of the air pack. VI. Bid to include: A. Function Test labor pricing per unit. B. Per unit pricing of replacement parts (on an as needed basis only) as listed. 1. Scott # gasket 2. Scott # high pressure hose 3. Scott # demand lever shroud 4. Scott # used regulator body 5. Scott # check valve reducer 6. Scott # backup ring 7. Scott # preformed packing 8. Scott # roll pin 9. Scott # preformed packing 10. Scott # o-ring 11. Scott # pressure reducer 12. Scott # preformed packing 13. Other (please specify) Note: Individual billing by department to be as follows (approximation): City of Hutchinson, Police Department, P.O. Box 1567, Hutchinson, KS six (6) 2.2 units fifteen (15) 4.5 units City of Hutchinson, Fire Department, P.O. Box 1567, Hutchinson, KS eighty-eight (88) 4.5 units one (1) Scott Mobile Air Supply Cart two (2) Scott SKA-PAK Escape Packs City of Hutchinson, Waste Water Treatment Department, P.O. Box 1567, Hutchinson, KS two (2) 2.2 units City of Hutchinson, Water Department, P.O. Box 1567, Hutchinson, KS one (1) 2.2 unit
6 REQUEST FOR BID GENERAL CONDITIONS: 1. The City reserves the right to accept or reject any or all bids, and any part of parts of any bid. Any bid which is incomplete, conditional, obscure, or which contains additions not called for, or irregularities of any kind, may be cause for rejection of the bid. Bids must be properly submitted on the "Bid Form" supplied by the City. When called for, bids must be itemized unit by unit in additional to a total net bid. 2. All Bids shall be valid for a period of forty-five (45) following the opening of the Bids. The City of Hutchinson is exempt from payment of sales tax, except for specific circumstances. For further information contact the City Clerk's Office ( ). Bids should be made without sales tax. 3. Payment will be made for the full contract amount within 30 days of completion of said services and receipt of invoices. The City shall not be obligated to make any payments to the contractor by the terms of this contract except those payments that can lawfully be made from funds budgeted and appropriated for the purpose during the City's current budget year or from funds made available from any lawfully operated revenue producing source. 4. Specifications shall be construed as a minimum. Should the services offered exceed the specifications, it shall be acceptable. 5. The City reserves the right to waive minor deviations from the specifications and to select that service which the City deems to be acceptable for it's use. 6. The laws of the State of Kansas prohibit municipalities from purchasing equipment from vendors that do not comply with K.S.A as amended by Chapter 194 of the 1972 Session Laws, commonly know as "Contract Compliance- The Kansas Act Against Discrimination." Therefore, the City invites Bids only from those vendors who are in compliance with his act and who agree to observe the provisions of the Kansas Act Against Discrimination. 7. During the performance of this contract, the contractor/vendor will not discriminate against any employee or applicant for employment because of race, sex, religion, color, age, national origin, ancestry or physical handicap, unless based upon a bonafide occupational qualification. The contractor/vendor will take affirmative action to insure applicants are employed, and that employees are treated during employment without regard to their race, sex, religion, color, age, national origin, ancestry or physical handicap. 8. The attached statement on property owned within the City of Hutchinson must be complete and returned with the Bid in accordance with the City's policy on delinquent property taxes. "The City reserves the right to reject all bids from bidders who are delinquent in personal or real estate property taxes to Reno County, Kansas." 9. Whenever the City of Hutchinson lets Bids for goods or services, and the low Bid is submitted by a vendor domiciled outside of Reno County, a vendor domiciled inside Reno county may be deemed the preferred vendor and awarded the Bid if: 1. The quality, suitability, and usability of the goods or services are equal and fully comply with the minimum Bid specifications, and the vendor has the capability to adequately service the product. 2. The amount of the Bid of the vendor domiciled within Reno County is not more than 5% greater than the amount of the low Bid if the low Bid is under $10,000, or not more than 3% greater than the amount of the low Bid if the low Bid is greater than $10, The Bid does not pertain to new construction or involve State or Federal Funding.
7 4. The vendor domiciled within Reno County is willing to match the Bid price offered by the low vendor domiciled outside of Reno County within 24 hours of official notification unless circumstances warrant additional time as determined by the Assistant City Manager or the City Manager. 10. The Contractor shall procure and maintain during the life of this contract, Contractor's Comprehensive General Liability Insurance which shall include premises - operations (including explosion, collapse and underground coverage), independent contractors, completed operations, and blanket contractual liability on all written contracts including broad form property damage coverage. The policy shall protect the Contractor and any subcontractor performing work covered by this contract, for claims for damages for bodily injury, as well as from claims for property damages which may arise from operations under this Contract, whether such operations be by himself or any subcontractor of by anyone directly or indirectly employed by either of them. Such insurance shall be written for not less than limits of liability as follows: Comprehensive General Liability: 1. Bodily Injury $100,000 Each Occurrence $300,000 Aggregate 2. Property Damage $ 10,000 Each Occurrence Comprehensive General Liability Insurance may be arranged under a single policy for the full limits required or by a combination of underlying policies with the balance provided by an Excess or Umbrella Liability policy. THE CITY OF HUTCHINSON RESERVES THE RIGHT TO REJECT PART OR ALL OF ANY BID AND TO WAIVE FORMALITIES. ALL BIDS ARE SUBJECT TO PURCHASING POLICIES SET BY THE CITY COUNCIL OF HUTCHINSON. THE CITY OF HUTCHINSON RESERVES THE RIGHT TO DIVIDE PURCHASES AMONG VENDERS TO ACCOMPLISH THE BEST GROSS PRICE AND TO MAKE THE FINAL DECISION AS TO ACCEPTABILITY OF QUALITY AND PRICE. ALL VENDORS DOING BUSINESS WITH THE CITY OF HUTCHNSON SHALL ABIDE BY ALL LOCAL, STATE AND FEDERAL LAWS.
CITY OF LEAWOOD. Independent Contractor Agreement
#3 Small Indep Contractor Agreement with Ins Optional, for use with small agreements less than $15k [e.g., entertainment, 4 th of July projects, sports] CITY OF LEAWOOD Independent Contractor Agreement
More information#5 Independent Contractor Form - With Insurance With Bonds
#5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue
More informationSealed bids will be received by the City of Dearborn, at the Office of the Purchasing
CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,
More informationShawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us
SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the
More informationSOLICITATION QUOTATION PROFESSIONAL SERVICES
SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION PROFESSIONAL SERVICES Contact Information: Oakland County Purchasing Division
More informationPROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )
PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list
More informationa. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified
More informationREQUEST FOR PROPOSALS
ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: david.sifford@rowancountync.gov REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued
More informationINVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM
200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM
More informationa. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and
More informationCITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS
TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule
More informationPROPOSAL COVER SHEET
PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION PROPOSAL COVER SHEET Contact Information: Oakland County Purchasing Division Building 41 West - Lower Level
More informationThe West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.
May 19th, 2016 RE: REQUEST FOR QUOTES 2016 Sidewalk Replacement The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. The enclosed Quote
More informationREQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009
DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB
More informationQSP INFORMATION AT A GLANCE
QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:
More informationSAMPLE SERVICES CONTRACT
SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at
More informationRHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID
RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID - GENERAL REPAIRS & MAINTENANCE RI TURNPIKE & BRIDGE AUTHORITY FACILITY FY 2013 - FY 2016 CONTRACT 13-2 Sealed bids, in triplicate, plainly
More informationINVITATION FOR PRICE QUOTES FIRE HOSE TESTING
INVITATION FOR PRICE QUOTES FIRE HOSE TESTING The Franklin Regional Council of Governments (FRCOG), on behalf of certain Fire Departments in Franklin County, MA, is soliciting price quotes from qualified
More informationREQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m.
REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES RFQ Release Date: August 3, 2015 Quote Due Date: August 21, 2015 at 5:00 p.m. SOUTHEAST MICHIGAN COMMUNITY ALLIANCE (SEMCA) 25363 Eureka Rd. Taylor, MI 48180
More informationASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT
APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING
More informationSOLICITATION QUOTATION BLANKET ORDER
SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION BLANKET ORDER Contact Information: Oakland County Purchasing Division Building
More informationPUBLIC NOTICE Bid for Plumbing Repair- Service CITY OF WEST DES MOINES DEPARTMENT OF PUBLIC WORKS
PUBLIC NOTICE Bid for Plumbing Repair- Service CITY OF WEST DES MOINES DEPARTMENT OF PUBLIC WORKS Sealed bids will be received by the City of West Des Moines, Iowa on or before 2:00 p.m., Central Time,
More informationRFP 12-2014 Request for Proposal Fire Protection Systems Services
RFP 12-2014 Request for Proposal Fire Protection Systems Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services for
More informationRFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE
SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00
More informationBID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS
BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials,
More informationCity of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID
INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,
More informationRequest for Proposals
City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street
More informationHow To Build A Data Backup System In Town Of Trumbull
TOWN OF TRUMBULL, CONNECTICUT GENERAL INSTRUCTIONS TO BIDDERS The Town of Trumbull, Connecticut (hereinafter referred to as Town), through the Office of the Purchasing Agent, will accept sealed bids from
More informationREQUEST FOR QUOTES FOR. On-Call Plumbing Contractor
Department of Public Services REQUEST FOR QUOTES FOR On-Call Plumbing Contractor November 2013 One Detjen Drive Crestwood, Missouri 63126 314-729-4720 Fax 314-729-4729 http://www.ci.crestwood.mo.us 1 Request
More informationRequest For Price. Work Schedule The project shall commence within a reasonable time of the request.
Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,
More informationMenlo Park City School District 181 Encinal Avenue Atherton, CA 94027
181 Encinal Avenue Atherton, CA 94027 The offers this information to any individual or firm wishing to be added to the District s general construction informal bid list for all trades pursuant to Public
More informationREQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT
REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT WOODY WHITE, CHAIRMAN BETH DAWSON, VICE-CHAIRMAN JONATHAN BARFIELD, JR. BRIAN BERGER THOMAS WOLFE CHRIS COUDRIET, COUNTY
More informationBID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM
BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 5, 2014 NOTICE TO BIDDERS LAUNDERING, PRESSING & DRY CLEANING
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL PURCHASING DEPARTMENT P.O. BOX 1349 300 N. PATTERSON ST. VALDOSTA, GEORGIA 31601 #LC-2016-09R FOR: Security Guard Services DUE DATE: April 20, 2016 Proposals Due By: 10:00 am EST Amy
More informationSEALED BID SOLICITATION QUOTATION
SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION Contact Information: Oakland County Purchasing Division Building 41 West
More informationPINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS
PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS Point to Point Leak Detection Survey RFP # 2014-02 PROPOSAL OPENING DATE July 26, 2013 3:00 PM REQUEST
More informationREQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits
REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance
More informationTo receive consideration, bids must be submitted in accordance to the following instructions:
CITY OF COOS BAY Invitation to Bid For On Call Plumbing Services The City of Coos Bay is soliciting bids to contract with up to two qualified licensed plumbing contractors to perform a full range of as
More informationRequest for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078
Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School
More informationREQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring
MCC13-04 REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring Manchester Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for Manchester
More informationHow To Work With The City Of Riverhead
MEMORANDUM OF UNDERSTANDING BETWEEN RIVERSIDE COMMUNITY COLLEGE DISTRICT and CITY OF RIVERSIDE THIS MEMORANDUM OF UNDERSTANDING ( MOU ) is made and entered into this day of, 2012 ( Effective Date ), by
More informationREQUEST FOR PROPOSALS
PLYMOUTH-CANTON COMMUNITY SCHOOLS REQUEST FOR PROPOSALS Assignment of Rights to Wireless Telecommunication Lease, Tower and/or Tower Management Agreement Plymouth-Canton Community Schools E.J. McClendon
More informationCOWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. VENDING MACHINE SERVICES SUBMITTAL DEADLINE July 23, 2014 RFP NUMBER 14-002
REQUEST FOR PROPOSAL VENDING MACHINE SERVICES SUBMITTAL DEADLINE July 23, 2014 RFP NUMBER 14-002 SCOPE OF SERVICES 1. PURPOSE The County of Cowley is seeking a vendor to supply vending machine services
More informationRequest For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas
Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation
More informationSTATE OF LOUISIANA. Office of State Procurement INVITATION TO BID. Ship To Address: SOS PURCHASING DEPT. 3851 ESSEN LANE BATON ROUGE, LA 70809
STATE OF LOUISIANA Office of State Procurement INVITATION TO BID RESPONSES WILL BE PUBLICLY OPENED AT THE PHYSICAL ADDRESS BELOW 06/15/2016 10:00 AM CST SUBMIT NON-ELECTRONIC RESPONSE TO : Office of State
More informationPage 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/
More informationCity of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control
City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of
More informationWestern Virginia Water Authority. Roanoke, Virginia
Western Virginia Water Authority Roanoke, Virginia Crystal Spring Water Treatment Plant 2012 Jefferson St., S.W. Roanoke, VA 24014 (540) 853-5828 (540) 853-5788 (FAX) REQUEST FOR QUOTE (WOP 16-03) TO PROVIDE
More informationStephenson County, Illinois
Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s
More informationSTUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE
STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between and HARRISBURG AREA COMMUNITY COLLEGE This Agreement is made between Harrisburg Area Community College (HACC), whose primary address is One HACC
More informationRFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE
SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE Due on or before 11:00 A.M. ON FRIDAY, MARCH 7, 2014 at the: OFFICE OF THE PURCHASING COORDINATOR CENTRAL OFFICE WESTON
More informationRequest for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE
S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE Request for Proposal Proposal For: Mailing Services Proposal Number: 09-16-15 Proposal Release Date: August 5, 2015 Proposal Due Date: August 21,
More informationCity of Danville, Virginia
City of Danville, Virginia PO Box 3300 Danville, VA 24543 Phone (434) 799-6528 J. Gary Via, CPPO Fax (434) 799-5102 Director of Purchasing e-mail: purch@ danvilleva.gov e-mail: viajg@ danvilleva.gov 1.0
More informationRFP 13-2014 Request for Proposal Drain and Sewer Line Maintenance Services
RFP 13-2014 Request for Proposal Drain and Sewer Line Maintenance Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services
More informationRequest for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1
P a g e 1 Request for Proposal Architectural/Engineering Services Adapt/SouthRiver CHC RFP for Architectural/Engineering Services P a g e 2 Introduction (SRCHC), a Federally Qualified Health Center, is
More informationREQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO:
REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS 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: April
More informationROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
More informationCastaic Lake Water Agency Storage Area Network Expansion. Request for Proposal. July 2012
Castaic Lake Water Agency Castaic Lake Water Agency Storage Area Network Expansion Request for Proposal July 2012 Questions due by 5:00 p.m., Wednesday, July 18, 2012. Proposals will be received until
More informationPURCHASE ORDER TERMS AND CONDITIONS
PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on
More informationSOLICITATION QUOTATION
PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION Contact Information: Oakland County Purchasing Division Building 41 West - Lower Level
More informationAGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD
AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD JANUARY 1, 2014 TO DECEMBER 31, 2015 AGREEMENT THIS AGREEMENT, is made and entered into
More informationAGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR
AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR This Agreement, made and entered into this day of,, by and between the CITY OF SAN MATEO, a municipal corporation existing under the laws of the
More informationWITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:
NORTH CAROLINA RANDOLPH COUNTY CONTRACT THIS CONTRACT, made and entered into this day of, 2015 by and between Randolph County, a political subdivision of the State of North Carolina, hereinafter referred
More informationREQUEST FOR PROPOSAL Procurement of Landscaping Services
City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Procurement of Landscaping Services Issue Date: Thursday February 27, 2014 Bid Number: 14-012
More informationHAMILTON COUNTY SCHOOL DISTRICT
HAMILTON COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSALS FOR SPEECH/LANGUAGE THERAPY SERVICES PROPOSAL RETURN DATE May 25, 2016 AT 3:00 P.M. INVITATION TO BID Hamilton County School Board Betty Linton, Coordinator
More informationTHE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS RETIREMENT PLAN ADVISORY SERVICES CONTRACT #14-4. April 2014
THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS RETIREMENT PLAN ADVISORY SERVICES CONTRACT #14-4 April 2014 Earl J. Croft III, Executive Director Rhode Island Turnpike and Bridge Authority
More informationSidewalk Rehabilitation Program
REQUEST FOR PROPOSALS FOR ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES Sidewalk Rehabilitation Program City of Maywood Building and Planning Department 4319 E. Slauson Avenue Maywood, CA 90270 Deadline:
More informationCeres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014
Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING
More informationTRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES
TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this
More informationSTATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT
STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A
More informationAttachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016
1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne
More informationRFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM
REQUEST FOR QUOTATION City of Norfolk (Please include your company name and address below) Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM Mail or fax reply to: Office of the Purchasing Agent Attn:
More informationREQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES
CITY OF CASSELBERRY REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES TABLE OF CONTENTS RFP # P08-09 GEOGRAPHIC INFORMATION
More informationREQUEST FOR PROPOSAL (RFP)
Request for Proposal, Page 1 of 13 REQUEST FOR PROPOSAL (RFP) RFP NUMBER AND TITLE: PLACE OF OPENING: 1213-05 : TypeWell, CART, Sign Language Interpreting, Captioned Media and Alternate Format Text, and
More informationWarner Robins Housing Authority
REQUEST FOR PROPOSAL FOR TERMITE CONTROL 2016 The Warner Robins Houston County Housing Authorities are currently soliciting proposals for Pest Control Services for a one (1) year period with the option
More informationNON-MANAGEMENT AGREEMENT (LEASE ONLY) AND EXCLUSIVE RIGHT TO LEASE
NON-MANAGEMENT AGREEMENT (LEASE ONLY) AND EXCLUSIVE RIGHT TO LEASE THIS AGREEMENT between (Manager) and (OWNER) is entered into this day of, 20 and the parties agree as follows: 1. EXCLUSIVE RIGHT TO LEASE:
More informationBOTTLED WATER/COFFEE SERVICE. Invitation to Bid No. 400360 Issued: June 3, 2013. PURCHASING BUREAU CONTACT: Tammy M. Macon, Purchaser (585)428-7389
Department of Finance City Hall Room 105A, 30 Church Street Rochester, New York 14614-1281 www.cityofrochester.gov Printed Name of Bidder BOTTLED WATER/COFFEE SERVICE Invitation to Bid No. 400360 Issued:
More informationNEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS
NEGAUNEE PUBLIC SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 26, 2010 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF NEGAUNEE
More informationSTATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office
STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is
More informationSUPER OVERSIZE / OVERWEIGHT SINGLE TRIP
CITY OF BAYTOWN City Clerk s Office 2401 Market Street Baytown, Texas 77520 Phone: (281) 420-6504 Fax: (281) 420-5891 Web: www.baytown.org FOR OFFICE USE ONLY Date Received: Date Processed: SUPER OVERSIZE
More informationAGREEMENT FOR SECURITY AND TRANSPORT SERVICES
AGREEMENT FOR SECURITY AND TRANSPORT SERVICES THIS AGREEMENT For Security Services (the Agreement ) is made and entered into effective this day of, 20, by and between CITY OF Commerce City, COLORADO, a
More informationRequest for Proposals (RFP) No. 3424 Work Order and Asset Management Software
City of Lakewood Department of Community Resources 480 South Allison Parkway Lakewood, CO 80226 Request for Proposals (RFP) No. 3424 Work Order and Asset Management Software Submittal Due Date: November
More informationSOLICITATION QUOTATION
L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION PROPOSAL FORM SOLICITATION QUOTATION Contact Information: Oakland County Purchasing Division Building 41 West - Lower Level
More informationDepartment of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 16FB101644C PROJECT TITLE: Electronic Signature Pads DEPARTMENT: Finance DUE DATE: March
More informationUnited Planning Organization REQUEST FOR QUOTATION (RFQ) SUPPLY OF NIMBLE STORAGE AREA NETWORK FOR SHAREPOINT 2013 PROJECT RFQ # 2016-08
United Planning Organization REQUEST FOR QUOTATION (RFQ) SUPPLY OF NIMBLE STORAGE AREA NETWORK FOR SHAREPOINT 2013 PROJECT RFQ # 2016-08 Request for Quotation (RFQ) Cover Page RFQ Solicitation Issue Date:
More informationLEARNING CENTER WELCOME VIDEO
REQUEST FOR QUOTATIONS (RFQ) LEARNING CENTER WELCOME VIDEO Solicitation No. 16-033 32-505 Harry Oliver Trail Thousand Palms, CA 92276 ATTN: Contracts Assistant Phone: (760) 343-3456 Fax: (760) 343-3845
More informationSmall Public Work Contract
City of Bellevue 450 110 th Ave. NE Bellevue, WA 98004 Small Public Work Contract City of Bellevue Contract Identification Information: Contract Title: This CONTRACT is entered into the date
More informationSEALED BID SOLICITATION QUOTATION BLANKET ORDER
Page 1 SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION BLANKET ORDER Contact Information: Buyer: Joan Daniels Oakland County
More informationCITY OF OVERLAND PARK Request For Proposals for JD Edwards EnterpriseOne Consulting Services
CITY OF OVERLAND PARK Request For Proposals for JD Edwards EnterpriseOne Consulting Services The City of Overland Park, Kansas (subsequently referred to as the City) is requesting proposals for JD Edwards
More informationCarmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School
Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX
More informationPROFESSIONAL SERVICES CONSULTING AGREEMENT
PROFESSIONAL SERVICES CONSULTING AGREEMENT THIS AGREEMENT, effective as of the date of (the Effective Date ), is by and between New Jersey Institute of Technology ("NJIT"), a public research university,
More informationREQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS
BIDDERS COMPANY NAME REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS Prepared By: Washtenaw County Purchasing Administration Building 220 N. Main, B-35 Ann Arbor,
More informationREQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS
SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This
More informationSAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: June 15, 2015 BID NO.: 15-0118 FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM
More informationRequest for Proposal Hewlett Packard Network Switches and Peripherals
Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov
More informationDepartment of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT86224YA PROJECT TITLE: Maintenance contract for MicroStation Software for Water
More informationThe University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.
MONTCLAIR STATE UNIVERSITY STANDARD CONTRACT TERMS AND CONDITIONS I. The contractor certifies that it understands and agrees that the following terms and conditions (collectively the "University s Standard
More informationCity of Powell Request for Proposals for a Total Compensation Survey
City of Powell Request for Proposals for a Total Compensation Survey Section I The City of Powell is soliciting proposals from qualified consulting firms, experienced in the development of a job evaluation
More informationDepartment of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information
More informationAT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.
Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott
More information