1. DOCUMENTS (ISSUANCE AND RESTRICTIONS)
|
|
- Jason Ford
- 7 years ago
- Views:
Transcription
1 I. INSTRUCTIONS TO BIDDERS Instruction to Bidders 1 1. DOCUMENTS (ISSUANCE AND RESTRICTIONS) a) Bid documents are comprised of: Instruction to Bidders, Bid Proposal Form, Terms and Conditions, Addenda issued prior to bid date, LIU Construction Services Contract, Non-Collusive Bidding Certificate, Reference Form and General and Technical requirements of the specifications and drawings. 2. SUBMISSION OF BIDS: a) Sealed proposals for NURSING SIMULATION LAB Long Island University, POST will be received and publicly opened at the place, date and time stated below: Place: Purchasing Department University Center Mary M. Lai Finance Building 700 Northern Boulevard Brookville, New York WEDNESDAY MAY 6, :00PM EDT Any proposals received after time and date above stated will be returned to the Bidder unopened. c) Proposals shall be submitted in duplicate on the proposal form furnished. All blank spaces of the form must be filled in completely. The sum proposed for doing the work shall be stated both in writing and in figures; and in the event of a discrepancy; the written amount shall govern. The signature shall be longhand. Enclose proposals in double envelopes each endorsed: NURSING SIMULATION LAB Address outer envelope to: MR. ALLAN HOWELL, DIRECTOR OF PURCHASING LONG ISLAND UNIVERSITY UNIVERSITY CENTER 700 NORTHERN BLVD. MARY M. LAI FINANCE BUILDING BROOKVILLE, NEW YORK Outer envelope shall show Bidder's name and address.
2 d) Bids shall be submitted by transmittal through the United States mail, or delivered in person to the place specified herein. Bids and modifications or withdrawals thereof received after the time and date specified above shall be subject to rejection at the sole discretion of LONG ISLAND UNIVERSITY. 3. AWARD OF CONTRACT a) The Owner, reserves the right in its sole discretion, to accept any proposal submitted, to reject any or all proposals, to waive any informalities in the proposals, to enter into negotiations with any Bidder, and to award the Contract to other then the low Bidder. b) The Owner expressly reserves the right, if Owner believes it to be in its best interests, to reject any Proposal received or to afford any Bidder a reasonable opportunity to remedy any deficiency resulting from a minor error in a bid. c) The Contractor to whom the Contract is awarded shall be prepared to begin work within ten days of being notified that it has been awarded the Contract. 4. EVALUATION CRITERIA The evaluation of bids will be based on the bidder(s) response to the list of specifications and statements. Bidders will specifically address these items in their response. Failure to list exceptions will be considered sufficient reason to invalidate the bid response. The evaluation of bids will be based upon: a) Submission of all requirements on checklist. b) Using the reference forms provided, submit five references. Include contact person(s) name, title, address, telephone and facsimile number(s). The weighting of evaluation criteria is at the University s discretion. 5. EVALUATION PROCESS The University will consider financial qualifications of the bidder(s) in making the award. The bidder(s) who, in the judgment of the University, best meets the needs of the University will be awarded the agreement. Any agreement awarded as a result of this bid will be made on the basis of being the lowest responsive and responsible bidder and which is also in the best interest of the University. All answers supplied to questions asked in this bid are subject to verification. Misleading or inaccurate Instruction to Bidders 2
3 answers will be grounds for disqualification at any time in the evaluation and procurement process. A University selection team will evaluate all bids. After considering the factors set forth in this bid, the team will make recommendation(s) to the University for an award to the bidder(s) whose bid is determined to be the most advantageous to the University. It is the policy of the University to evaluate bids as submitted and not to notify bidder(s) of deficiencies in their response until after an award is made. A bid may be rejected if it is conditional or incomplete in the judgment of the University. 6. INTERPRETATIONS All items of this bid must be answered in full. Each bidder(s) understands and agrees they have a duty to inquire and clarify and bid question they do not fully understand or they believe may be interpreted in more than one way. Every attempt will be made to promptly answer all inquiries from each bidder(s). In order to most efficiently handle bidder(s) inquiries, bidder(s) must questions to the attention of the Director of Purchasing allan.howell@liu.edu, within THREE (3) calendar days of the site visit. Responses will be ed to all bidders. Please allow a minimum of Three (3) days for this process to take place. Failure of the Bidder to receive any such Addenda for interpretations shall not relieve him of any obligations under his proposal as submitted. All Addenda so issued shall become a part of the Contract Documents, and the Bidder shall acknowledge receipt thereof on the Proposal Form. 7. QUALIFICATION OF BIDDERS a) Upon request by the Owner, each Bidder must be able to prove to the Owner that he has the skill, experience, facilities, financial resources, organization and general reliability to perform and complete the work required by the Contract in the manner required by the Contract Documents and within the time periods specified. b) Possess a minimum of five (5) years continuous experience as a firm doing business under the same name, engaged principally as a contractor for the work proposed. c) The Bidder must be prepared to prove to the Owner's satisfaction that its financial resources include adequate working capital defined here as excess of current assets over current liabilities. The Bidder shall furnish documentation evidencing the bidder s financial responsibility, including a certified financial statement prepared by a certified public accountant. The Instruction to Bidders 3
4 Instruction to Bidders 4 Owner reserves the right to reject any bid if the Owner is subjectively unsatisfied with the Bidder's financial condition. d) Each Bidder is required to submit the following documentation on a minimum of five (5) similar projects to demonstrate its experience and qualifications for the work of the Project: (1) A description of its experience with projects of comparative size, complexity, and cost, together with documentary evidence showing that said projects were completed to the Owner s satisfaction and were completed in a timely fashion. (2) Documentation from each of the projects it has performed capital work in the last five (5) years concerning the bidders : (a) Timeliness of performance of the work of the project; (b) Evidence that the project was completed to the Owner s satisfaction; (c) Whether or not any extensions of time were requested by the contractor and whether or not such requests were granted; (d) Whether litigation and/or arbitration was commence by either the Owner or the bidder as a result of the work of the project performed by the Bidder; (e) Whether any liens were filed on the project by subcontractors or material suppliers of the bidder; (f) Whether the bidder was defaulted on the project by the owner; (g) Whether the bidder made any claims for extra work on the project, including whether said claim resulted in a change order; (h) The University has the right to verify the documentation as well as examine all aspects of the bidder s work record including proof that bidder complied with existing labor standards and maintained harmonious labor relations on previous work. The Owner expressly reserves the right to reject any Bid if not subjectively satisfied with Bidders, proof, or if Bidder refuses to cooperate. e) Bidder shall have a current bonding capacity to accommodate proposed work f) Bidder shall have the experience staff and technical organization for the project.
5 g) Bidder shall maintain an office with full-time employees in a commercial space. h) Bidder is not currently involved in bankruptcy proceedings. i) Bidder is licensed to perform the work they are bidding on in the jurisdiction the work will take place. j) The Contractor and each Subcontractor must have a minimum of five (5) years experience in the work and/or applicable trade they will provide with their own forces. k) The bidder shall provide a complete schedule of values inclusive of all equipment, systems, etc. l) The bidder is required to complete the Statement of Bidder s Qualifications forms contained herein. (This form must be submitted with the Bid Proposal Form) m) It is the intent of Long Island University to require that approximately 15% of the work value be awarded to Minority and Women Owned Businesses: the bidder must supply in their proposal a plan for achieving this goal. n) It is assumed that in preparing this bid, the Bidder has already compiled this information, and that it is being made available for reference with completing this package. All information contained above in items A through N must be submitted to the University prior to the award of contracts. Failure to provide this information may result in disqualification of bidder. 8. COMPLIANCE WITH APPLICABLE LAWS AND REGULATIONS a) Bidder must comply with applicable federal, state, and local laws as well as all ordinances, rules, and regulations affecting work. b) The provisions of Part U of Chapter #63 of the Laws of the State of New York, Year 2005 and any amendments thereto, as it relates to refusal to testify or sign a waiver of immunity against prosecution and the submittal of bids and transactions with the State of New York, or a political subdivision thereof, governs work under this contract. c) Bidder must comply with The Provisions of New York State Finance Law Article 9 (except Section 135), New York State Executive Law Article 15-A and New York State labor Law Articles 8, 9, 10. d) Wage rates as determined by the New York State Industrial Commissioner pursuant to the labor laws of the State of New York apply to all work under this contract. Instruction to Bidders 5
6 Instruction to Bidders 6 9. EXAMINATION OF DOCUMENTS AND SITE a) Bidder may attend the site visit of proposed work schedule for FRIDAY APRIL 17, 2015, 8:30AM EDT to become fully familiarized with the conditions as they exist, as well as the character of the operations to be carried on under the proposed contract. Bidders must call Allan Howell at to confirm attendance at the site visit. b) Bidder shall make all necessary on-site investigations so as to understand facilities, difficulties, and restrictions attending the execution of the work including access to and conditions of the work sites and properties. c) Bidder shall examine and be familiar with the documents and forms delineating the work of the contract. d) Failure to receive or to examine any instrument, document, or to perform appropriate site investigations shall in no way relieve the bidder of responsibility for proposed contract for the consideration set forth in his bid. 10. AMBIGUITIES, INTERPRETATIONS, AND ADDENDA a) No oral interpretations, instructions, or explanation of the bid documents will be given prior to the opening of the bids. Discrepancies, ambiguities, or doubts as to the intent of the bidding document should be communicated to the University in writing for interpretation. b) Interpretations, clarifications, or corrections will be made in the form of addenda forwarded to each bidder at the address furnished by each bidder and receipt acknowledged on the form of proposal. 11. Clarfications a) Addenda clarifying pertinent questions or concerns raised at the site visits, requiring modification of the bid documents; will be issued for the record and become part of the bid documents. 12. PERFORMANCE AND QUALTIY STANDARDS a) GENERAL: To establish performance and quality standards for the products, materials, and equipment required in the work, the Contract Documents detail performance criteria, or specify two or more items or materials which are presumed to be equal. This method of establishing a level of quality is not intended to exclude products that are equivalent in quality, performance, appearance, and function to those specified. b) EQUIVALENTS: Where, in these specifications, kinds, types, brands, or manufacturers of materials are named, they shall be regarded as the required standard of quality. Where two or more are named, these are
7 Instruction to Bidders 7 presumed to be equal, and the Contractor may select one of those items. If the Contractor desires to use any kind, type, brand, or manufacturer of material other than those named in the specifications as the basis of the bid, the Contractor shall indicate in writing with the bid, within 72 hours after the bid, or prior to award of contract, what kind, type, brand, or manufacturer is included in the base bid for the specified items, and submit information describing in specific detail wherein it differs from the quality and performance required by the base specifications and such other information as may be required by the University. The Contractor may, at any time, propose to use in the work an equivalent item in lieu of that specified with no change in the bid amount. c) SUBSTITUTIONS: For consideration by the Owner, the Bidder may propose to use in the work substitute items in lieu of those specified, which do not meet the project performance and quality criteria, and can be furnished and installed at a reduced cost (credit) to the Owner with no impact on the work being done by others. (1) Proposed substitutions must be submitted with the bid or within 72 hours after the bid or prior to the award of the contract, on the Proposed Substitution Form. The Bidder must list any and all deviations from the Contract documents as well as the corresponding credit amount to be deducted from the Base Bid Proposal if the substitution is accepted by the Owner. This does not exclude the bidder from submitting a substitution for consideration after the award of contract. (2) Substitutions cannot be used as the basis of the bid, they must be listed separately and will be evaluated on a case by case basis. All base bid amounts must be based on the specified materials or acceptable equivalents. (3) In no way will the proposed substitutions influence the successful bidder selection process. Substitutions may not be used to arrive at the lowest qualified bid amount. (4) If a substitution is accepted, the Bidder shall coordinate the installation of the substitute and make all associated changes required. The Bidder also waives any claim for additional cost associated with the substitute which becomes apparent before, during, or after installation. The Bidder agrees to bear any and all additional costs to all other contractors or subcontractors which are caused by the incorporation of the substitution.
8 Instruction to Bidders PREPARATION, IDENTIFICATION, AND SUBMISSION OF PROPOSAL a) Bidders shall submit duplicate copies of Form of Proposal (One marked Official Tender and others marked Copy ), properly signed and completed in every respect as per these Instructions to Bidders, in an opaque, sealed envelope plainly and prominently marked Sealed Bid for [PROJECT] Bid Date: WEDNESDAY MAY 6 TH, 2015 by (Name/Address of Bidder) b) Attached to the Form of Proposal envelope, c) All bids shall be held for a period of forty-five (45) days after their receipt and opening, during which time the Owner has the right to enter into a contract d) The Owner reserves the right to waive any irregularities in the submission of bids. Once the Form of Proposal has been submitted in the sealed envelope, there shall be no alterations or amendments; external markings or separate supplementary information shall, in no way, affect the sealed bid information. Any necessary adjustment to the proposal shall be made prior to its submission and shall be part of the enclosed sealed bid. e) A bidder may withdraw his bid, either in person or by or written request, at any time prior to the scheduled closing time for the receipt of bids. Negligence on the part of the bidder in preparing his bid confers no right for the withdrawal of the bid after it has been opened. 14. DISQUALIFICATION OF PROPOSAL a) The Bidder acknowledges the right of the Owner to reject any or all bids. b) A Bid may be disqualified and rejected under any or all of the following conditions: (1) If the Bidder fails to furnish the submit data required by the Contract Documents, or if the Bid is in any way incomplete or irregular. (2) If the Bid has not been deposited at the designated location prior to the date and time for receipt as indicated in the Bid Advertisement of these Instructions to Bidders. (3) If there is reason to believe that a bidder has submitted more than one bid for the same project. (4) If there is reason to believe that collusion exists among the bidders. (5) Failure to establish to Owner s satisfaction;
9 Instruction to Bidders 9 (a) Proof of ownership, control, or ability to procure necessary plant and equipment to commence the work at the time prescribed and thereafter prosecute and complete at the rate, or within the time specified. (b) That he is not already obligated by prior commitment to other work as to likely delay start, prosecution, or completion of the work required by the contract. (c) The he proposes to use reliable and responsible subcontractors or suppliers. 15. AWARD OF CONTRACT a) The contract will be awarded to the lowest qualified responsible bidder, provided his bid is reasonable and it is in the best interest of the Owner to accept. b) Owner may determine the lowest bid by adding one base bid to other base bi(s) and/or by adding to or deducting from those base bid(s), add or deduct alternates, unit prices, or substitutions, if any which the Owner elects to accept after the opening of bids. 16. EXECUTION OF CONTRACT a) Form of Agreement as prepared by Owner shall be the LIU CONSTRUCTION SERVICES CONTRACT (latest edition) b) Contract shall be ed to the contractor. The contractor is to print out two (2) copies, sign both copies, attached copies of their Certificates of Insurance and return both printed copies to the Purchasing Department. c) Performance and Payment bonds shall be submitted, if required, in the form of A.I.A. Document A , 3 rd edition, pages one (1) through six (6). At the time of execution of the Contract and prior to the start of construction operations, the successful bidder shall furnish Certification of Insurance in the form and amounts in accordance with Article 12of the Terms/Conditions. d) Schedule of Values, as per LIU Application For Payment form, bidder to provide breakdown of costs. 17. TAXES AND PERMITS a) Material purchased for use in the construction of buildings owned by a not for profit educational facility are exempt from Federal excise and State sales taxes when such materials are incorporated into and become part of the completed improvement.
10 b) Materials, appliances, tools, equipment, or fuel costs that do not become part of the completed improvement will be subject to all applicable taxes. c) The Owner is not subject to Federal Tax or transportation of property. d) Building Permits will be obtained by the Contractor, except where noted. 18.SUBCONTRACTOR S LISTING A listing of all subcontractors and major material suppliers (including address, telephone number, and name of individual to contact) whose services are proposed to be employed on the project shall be submitted within 15 days after signing of the contract. 19. TIME OF COMPLETION Bidder shall agree to start work within ten (10) working days of receipt of letter of intent from the University. Contractor shall state the number of calendar days required for completion as part of the bid response. 20. COMMENCEMENT OF WORK OPERATIONS a) Work under this Contract shall be executed and pursued without interruption of or interference with the Owner s operations. The Contractor shall prepare a Plan of Operations and Progress Schedule which shall show concisely the manner in which work will be started, prosecuted, and completed. After the approval of this document, the contractor shall be responsible for seeing that it is adhered to and for ascertaining that proper coordination is maintained between work of all projects. b) Work operations, access to buildings, and extent of movement of personnel within buildings shall be coordinated with and limited by the designated University Liaison. c) Contractor shall notify the designated University Liaison at least 24 hours in advance to advise of intended work operations to be scheduled and receive approval prior to starting work. END OF SECTION Instruction to Bidders 10
Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015
Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract
More informationD3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS
PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section
More informationCITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue
More informationADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION
ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION Notice is hereby given that the Duckett Creek Sanitary District will receive sealed proposals at the Duckett
More informationTOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12
TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are
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 informationGALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011
GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker
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 informationSECTION 000100 - INSTRUCTIONS TO BIDDERS
SECTION 000100 - INSTRUCTIONS TO BIDDERS ARTICLE 1 - SPECIAL NOTICE TO BIDDERS These electronic specifications makeup a complete set of project bidding forms. The proposal form shall be executed and submitted
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 informationINSTRUCTIONS TO BIDDERS
CAMPUS PLANNING, DESIGN & CONSTRUCTION Sixth Avenue and Grant Street PO Box 172760 Bozeman, Montana 59717-2760 Phone: (406) 994-5413 Fax: (406) 994-5665 INSTRUCTIONS TO BIDDERS 1. Table of Contents Provided
More informationCSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT
CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT THIS AGREEMENT made this day of Month, Year, by and between CSA CONSTRUCTION, INC., a Texas corporation whose principal
More informationCITY OF CHARLOTTETOWN. REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking Garages
CITY OF CHARLOTTETOWN REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking Garages May 2016 PAGE 2 CITY OF CHARLOTTETOWN REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking
More informationRequest for Proposals BUILDING DEMOLITION SERVICES
Request for Proposals BUILDING DEMOLITION SERVICES Coffeyville Community College 400 W. 11 th Street Coffeyville, KS 67337 Date Issued: February 17, 2014 Date Due: March 6, 2014 at 2:00 pm, local time
More informationCOVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID
COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID PROJECT: To Provide Photography Services for School Pictures to Coventry Public Schools. The School District is comprised of (5) Elementary Schools with total enrollment
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 informationRequest for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence
Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,
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 informationTABLE OF CONTENTS. Prefacej... 1
TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...
More informationBid closing date December 21, 2013
REQUEST FOR PROPOSAL FOR DATA CENTRE FACILITIES MANAGEMENT SERVICES XYZ DATA CENTRE Kotakinabalu Bid closing date December 21, 2013 Failure to meet the following requirements will invalidate your bid submission
More informationTranslation Services for Parent Meetings. Lynbrook/East Rockaway Herald
LYNBROOK UNION FREE SCHOOL DISTRICT DISTRICT ADMINISTRATION OFFICES 111 ATLANTIC AVENUE LYNBROOK NY 11563 Tel: (516) 887-0258 Fax: (516) 887-6597 Dr. Melissa Burak Superintendent of Schools Dr. Paul Lynch
More informationStandard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum
Document A101 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the in the year (In words, indicate day, month and year.)
More informationTHE TOWN OF NORTH SMITHFIELD
THE TOWN OF NORTH SMITHFIELD SPECIFICATIONS FOR REQUEST FOR PROPOSALS FOR EMERGENCY PLANNING, DISASTER RECOVERY, DEBRIS MANAGEMENT, AND HAZARD MITIGATION PROGRAM SERVICES SEPTEMBER 2014 FINANCE DIRECTOR
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 informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL RFP ISSUE DATE: September 26 th, 2001 TITLE: RFP NUMBER: San José State University Website Redesign F-WR00001181-AL PURCHASING OFFICE CONTACT: DEPARTMENT OFFICIAL: Alex Lebedeff, Mary
More informationRobla School District
Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School
More informationTown of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification
Town of Durham Selectman s Office P.O. Box 428 Durham, CT 06422 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES Board of Selectmen Laura L. Francis
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 informationNEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA
NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA ACTIVITY (All times are EST) Dated September 20, 2013
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 informationCITY OF POMONA. Request for Qualifications and Proposals. For
CITY OF POMONA Request for Qualifications and Proposals For One-Time Assignment of Rights to Wireless Telecommunication Facilities, and Related Access Easements (Cell Tower Leases) Purchasing Specification
More informationRequest for Proposal. Credit (Purchasing) Card Services Program
The Corporation of the City of Elliot Lake 45 Hillside Drive North, Elliot Lake, Ontario P5A 1X5 Request for Proposal Credit (Purchasing) Card Services Program Date of Issue July 4, 2014 Proposal Submission
More informationREQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538
REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 Proposals Due October 27, 2015 at 2:00 PM 1 P age TABLE
More informationINVITATION TO BID CITY OF HOPKINSVILLE
INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD MASONRY RESTROOM FACILITIES FOR
More informationTENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3
TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 NSLC REFERENCE NO: CN-04-l-16 NSLC Contact: Email: Stephen Bayer
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 informationPROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions
PROJECT NO. 2733, RFP NO. 14-15/02 Peralta Community College District 333 East 8th Street, Oakland, CA 94606 August 7, 2014 ADDENDUM No. 1 This addendum supersedes items of the original contract documents
More informationHACC, Central Pennsylvania s Community College Harrisburg, Pa.
RFP15-03 Integrated Marketing Communications Services HACC, Central Pennsylvania s Community College Harrisburg, Pa. Request for Proposal RFP15 03 For Integrated Marketing Communications Services Issued:
More informationADDENDUM NUMBER TWO (2) TO THE REQUEST FOR PROPOSAL (RFP) FOR FINANCIAL PLANNER POOL, RFP NUMBER 2P200815.
March 27, 2009 California State Teachers Retirement System Vikki Eszlinger, Contract Services 7667 Folsom Boulevard, MS #30 Sacramento, CA 95826-2614 (916) 229-4111 FAX (916) 229-3881 contractservices@calstrs.com
More informationREQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER
RFP #2016-02 REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES FOR SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RELEASE DATE: January 29, 2016 DUE DATE: February
More informationREQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401
REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on May 1, 2014,
More informationRFP Milestones, Instructions, and Information
This Request for Proposal is being issued by the Lower Colorado River Authority (LCRA). LCRA is a conservation and reclamation district of the State of Texas created pursuant to Article XVI, Section 59,
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS The Town of Ayer s Department of Planning & Development seeks proposals from qualified consultants to provide the following services in the Town of Ayer: INFRASTRUCTURE PROJECT CONSULTANT
More informationTOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014
TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY Qualification Period January 1, 2014 December 31, 2014 SUBMISSION DEADLINE 3:30 p.m., November 15, 2013 ADDRESS
More informationREQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401
REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 4:00 PM (EDST) on September 2,
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 information388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation
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 informationREQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services
REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES Union County Emergency Medical Services 1 DEFINITIONS For the purposes of this Request for Proposal, "Proposer" shall mean contractors,
More informationPark Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.
REQUEST FOR PROPOSAL Park Hill School District 7703 NW Barry Road Kansas City, MO 64153 ------------------------------------------------------------------- Independent Financial Advisor District Bond Issues
More informationREQUEST FOR QUALIFICATIONS/PROPOSALS FOR THE PROVISION OF PROFESSIONAL SERVICES PRIMARY BANKING. ISSUE DATE: June 23, 2011. DUE DATE: July 12, 2011
NOTE: The Borough of Fort Lee will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in
More informationPROVISION OF LEGAL SERVICES
COUNTY GOVERNMENT OF WAJIR P.O BOX 9-70200. WAJIR,KENYA PRE QUALIFICATION DOCUMENT FOR PROVISION OF LEGAL SERVICES TENDER NUMBER WCG/PT/023/2016-2018 March, 2016 WAJIR COUNTY Page 1 of 17 Table of Contents
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 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 informationState Health Benefit Plan Procurement Policy
State Health Benefit Plan Procurement Policy 1. Introduction 1.1 Purpose The mission of the Department of Community Health (DCH) Office of Procurement Services (OPS) is to obtain quality goods and services
More informationPART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5])
PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM Sec. (Statutory authority: Executive Law, 200, 369-i[5]) 252.1 Definitions. 252.2 State agency responsibilities: purpose, scope and applicability.
More informationLIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01
LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.
More informationREQUEST FOR QUALIFICATIONS
NOTE: The County of Bergen will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this
More informationAir Conditioning Maintenance Services
Town of Lauderdale-By-The-Sea REQUEST FOR PROPOSAL No. 14-05-01 Air Conditioning Maintenance Services RFP OPENING: July 29, 2014 2:00P.M. Town Hall 4501 Ocean Drive Lauderdale-By-The-Sea, FL 33308 acs
More informationRequest for Proposal (RFP) 2015 Video Production Services
The Woodlands Township/The Woodlands Convention & Visitors Bureau Request for Proposal (RFP) 2015 Video Production Services The Woodlands, Texas SCOPE: The purpose of this Request for Proposal (RFP) is
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 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 informationSUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND ("Bond") SURETY Address
Bond # SUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND ("Bond") KNOW ALL PERSONS BY THESE PRESENTS; that SUBCONTRACTOR as Principal (the "Subcontractor"), and SURETY as Surety or Co-sureties (hereinafter
More informationADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities
ADVERTISEMENT FOR BIDS Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 4:00 PM (EDST) on
More informationREQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request
More informationCITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support
CITY OF DALLAS Request for Competitive Sealed Proposal (RFCSP) BUZ1524 For SCADA Repair, Parts and Support Purpose The purpose of this specification is to establish a thirty-six (36) month service agreement
More informationOSWEGO COUNTY PURCHASING DEPARTMENT
Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: dstevens@oswegocounty.com
More informationLEGAL NOTICE REQUEST FOR BID SEALED BID 13-089. For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.
LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089 For SQL MONITORING SOFTWARE RE-BID For ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MSOURI St. Charles County is seeking bids for SQL MONITORING SOFTWARE RE-BID
More informationREQUEST FOR BIDS. Project Management Technical Services
REQUEST FOR BIDS Project Management Technical Services SECTION 1: GENERAL INSTRUCTIONS TO BIDDERS 1. Bids must be submitted in the form specified in this invitation, if any, and sealed in an envelope or
More informationBorough of Jamesburg
Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough
More informationTROUP COUNTY COMPREHENSIVE HIGH SCHOOL
TROUP COUNTY BOARD OF EDUCATION REQUEST FOR SEALED COMPETITIVE PROPOSALS FOR CONSTRUCTION OF: RE-FLOORING TO: TROUP COUNTY COMPREHENSIVE HIGH SCHOOL LAGRANGE, GEORGIA TROUP COUNTY SCHOOL SYSTEM LAGRANGE,
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 informationREQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT / LIABILITY INSURANCE BROKER OF RECORD SERVICES. ISSUE DATE: Thursday October 20, 2011
NOTE: rhe Township of Maplewood will consider proposals only from firms or individuals that have demonstrated the capability and willingness to provide high quality services in the manner described in
More informationBID FORM REHABILITATION CONSTRUCTION PROJECT FOR
PROPERTY OWNER: Douglas Morris ADDRESS: 5221 Lee St, Lehigh Acres, FL 33971 BID DUE DATE: 01/27/2016 BID FORM REHABILITATION CONSTRUCTION PROJECT FOR The bid submitted is based on the structure being:
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 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 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 informationCOUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where
More informationUNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES
UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES All Bids must be sent electronically to: ucsnbidresponse@unocharterschools.org All communications should be addressed
More informationTOWN OF WEST NEW YORK
TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY Qualification Period January 1, 2013 December 31, 2013 SUBMISSION DEADLINE 3:00 P.M. November 27, 2012 ADDRESS
More informationIntroduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:
Borough of Park Ridge Request for Qualifications From Insurance Agents or Firms Interested in Serving as Risk Manager Medical to the Borough of Park Ridge For the Period January 1, 2016 through December
More informationCenter Unified School District
8408 Watt Ave., Antelope, CA 95843 916-338-6337 / Fax 916-338-6339 BOARD OF TRUSTEES Gary Blenner Raymond F. Bender Matthew L. Friedman Libby Williams Donald E. Wilson SUPERINTENDENT Dr. Kevin Jolly, Ed.D
More informationConstruction Contract
Construction Contract Case Number: Date: Borrower Name(s): Phone #: Phone #: THIS IS A MODEL DOCUMENT FOR USE IN RENOVATION OR CONSTRUCTION LOAN TRANSACTIONS. THIS FORM IS PROVIDED AS AN EXAMPLE AND IS
More informationPENNSYLVANIA BUILDERS ASSOCIATION INSTRUCTIONS TO HOME IMPROVEMENT MODEL CONTRACT STANDARD FORM Introduction
PENNSYLVANIA BUILDERS ASSOCIATION INSTRUCTIONS TO HOME IMPROVEMENT MODEL CONTRACT STANDARD FORM Introduction Below are instructions for use with the Home Improvement Model Contract Standard Form, which
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 informationPERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND
Section 00 61 13.13 & 00 61 13.16 Douglas County School District Re.1 Castle Rock, Colorado PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND 1. FORMS TO BE USED Two (2) separate bonds are required: Both
More informationRegion 7 Education Service Center Request for Proposal (RFP) For Generator Installation
Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Purpose The purpose of this Request for Proposal (RFP) is to invite prospective vendors to submit a proposal to supply
More informationRetaining Wall Replacement at the Currituck County Veterans Memorial Park
CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the
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 informationINVITATION TO BID FOR FC-7314 ANNUAL CONTRACT FOR SMALL WATER METER INSTALLATIONS
INVITATION TO BID FOR FC-7314 ANNUAL CONTRACT FOR SMALL WATER METER INSTALLATIONS City of Atlanta Jo Ann J. Macrina, PE Commissioner Department of Watershed Management Adam L. Smith, Esq., CPPO, CPPB,
More informationFIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE
THE SCHOOL DISTRICT SHARON SWAN ARTHUR C. JOHNSON, Ph.D. OF PALM BEACH COUNTY, FLORIDA DIRECTOR SUPERINTENDENT CONSTRUCTION PURCHASING DEPARTMENT 3661 INTERSTATE PARK ROAD NORTH, SUITE 200 RIVIERA BEACH,
More informationADVERTISEMENT FOR BIDS
ADVERTISEMENT FOR BIDS Bids will be received at the office of the Niles City School District, 100 West Avenue, Niles, Ohio, 44446 until 12:00 PM on Friday, March 22, 2013 and will be opened and read immediately
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 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 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 informationCLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4
Request for Proposals PROFESSIONAL INFORMATION TECHNOLOGY SERVICES For 2013 2015 HAVEN SOCIETY CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4 CLOSING DATE AND TIME DATE: FEBRUARY 28, 2013 3 PM
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 informationREQUEST FOR PROPOSALS CONSULTANT TO PERFORM EXECUTIVE SEARCH SERVICES FOR THE POSITION OF TOWN MANAGER FOR THE TOWN OF NORTH KINGSTOWN RI
TOWN OF NORTH KINGSTOWN, RHODE ISLAND 80 BOSTON NECK ROAD NORTH KINGSTOWN, R.I. 02852-5762 PHONE: (401) 294-3331 FAX: (401) 294-2436 REQUEST FOR PROPOSALS CONSULTANT TO PERFORM EXECUTIVE SEARCH SERVICES
More informationOAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP
OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION
More information