This addendum is being issued to modify some sections of the RFB as well as to answer questions submitted by the question deadline.

Size: px
Start display at page:

Download "This addendum is being issued to modify some sections of the RFB as well as to answer questions submitted by the question deadline."

Transcription

1 REQUEST FOR BIDS (/RFB) FOR FIRE HYDRANT AND POST INDICATOR VALVES (PIV) INSPECTION, REPAIR / REPLACEMENT CONTROL No ADDENDUM No. 1 ISSUE DATE: 08/15/2013 REVISED DEADLINE: 08/22/2013 AT 2:00 PM EST This addendum is being issued to modify some sections of the RFB as well as to answer questions submitted by the question deadline. Notes: Generally, text deleted in the RFB by this addendum is indicated as strikethrough text. Generally, text added or changed by this addendum is indicated as bold italics text. I. MODIFICATIONS: 1. CHANGE: The Bid Deadline to Thursday, August 22, 2013 at 2:00 PM Eastern Time. 2. REPLACE: The SECTION 7 Required Forms list (Page 15of 35) issued with the RFB with SECTION 7 REVISED Required Forms list (Revised Page 15 of 35) as provided with this addendum. II. ANSWERS TO SUBMITTED QUESTIONS: 1. Hydrant maintenance is not usually performed weekly. Usually its painting once a year and flushing twice a year. There are usually many weeks that go by when no work is done. Does the Contractor still have to submit weekly payroll even if no work took place? If so, does the Contractor get to invoice for the cost of certified payroll that would be $0 dollars ever week? A. No. When there is an extended period of time when no work is anticipated to be performed, a notice of such a time gap can be provided to the Business Diversity Unit so the submission of certified payrolls will be waived until work resumes. THIS ADDENDUM MUST BE ACKNOWLEDGED ON THE BID FORM IN THE RFB RFB Control # Addendum #1 Page 1 of 3

2 2. Is this contract federally funded? If not, why would Wayne County Airport Authority (Airport Authority) want to pay higher wage rates for unskilled labor when it s not necessary? A. The Airport Authority has adopted a policy that requires any construction, repairs or services contract anticipated to have a value in excess of $50, include a prevailing wage requirement for workers that perform any such work. 3. As a single owner LLC, I do not pay myself prevailing wage. Would I be exempt since I have no employees? A. Owners and other salaried staff are exempt from prevailing wage. 4. As a Small Business Enterprise (SBE) at the Airport Authority. Most contracts only allow us to invoice once a month. But yet prevailing wages requires weekly certified payroll. The cost of the certified payroll will sometimes exceed the invoice amount since these repairs to hydrants are lower cost low volume repairs. Will the contractor be able to invoice for the cost of certified payroll in these instances? A. No. Certified payroll submission is a contractual requirement. Any such costs should be incorporated into and included as part of a Bidder s bid. THIS ADDENDUM MUST BE ACKNOWLEDGED ON THE BID FORM IN THE RFB RFB Control # Addendum #1 Page 2 of 3

3 WAYNE COUNTY AIRPORT AUTHORITY Revised Page 15 of 35 SECTION 7 REVISED REQUIRED FORMS BID FORM VERIFICATION OF MINIMUM QUALIFICATIONS FORM PRICE FORM SUBCONTRACTOR FORM BUSINESS INFORMATION QUESTIONNAIRE... Error! Bookmark not defined.8 ATTACHMENT A FORM OF AGREEMENT ATTACHMENT B WAYNE COUNTY AIRPORT AURTHORITY S PREVAILING WAGE REQUIREMENTS ATTACHMENT C SAMPLE REPORT ATTACHMENT D DIAGRAM OF THE TYPICAL HYDRANT ATTACHMENT E ETHICS ORDINANCE ATTACHMENT F PREVAILING WAGE GENERAL DECISION THIS ADDENDUM MUST BE ACKNOWLEDGED ON THE BID FORM IN THE RFB RFB Control # Addendum #1 Page 3 of 3

4 REQUEST FOR BIDS FOR FIRE HYDRANT AND POST INDICATOR VALVES (PIV) INSPECTION, REPAIR/REPLACEMENT CONTROL NO Issue Date: July 26, 2013 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline: August 2, 2013 at 2:00 PM Eastern Time Wayne County Airport Authority Detroit Metropolitan Wayne County Airport L. C. Smith Building - LOCATION Detroit, Michigan August 7, 2013 at 2:00 PM Eastern Time purchasing.questions@wcaa.us (Reference Control No in all s) August 16, 2013 at 2:00 PM Eastern Time (Late Bids will not be accepted.) Wayne County Airport Authority Procurement Department Detroit Metropolitan Wayne County Airport L. C. Smith Building - Main Lobby (Northeast corner) Detroit, Michigan Procurement Contact: Joan Brown, Solicitation Manager Phone: (734) , Fax: (734) NOTE: Detroit, Michigan is the mailing address of Detroit Metropolitan Wayne County Airport. The Detroit Metropolitan Airport is physically located within the boundaries of the City of Romulus, Michigan. DESCRIPTION: Bids are being solicited for testing, inspection and as needed repair on the existing fire hydrants and post indicator valves (PIV) units for the Detroit Metropolitan Wayne County and Willow Run Airports. The contract will be for a term up to five (5) years for the Wayne County Airport Authority (Airport Authority). This solicitation may be downloaded by visiting the Michigan Intergovernmental Trade Network (MITN) website at A link to this website is available on the Wayne County Airport Authority website (select Business Opportunities on the left side of the page). (Special Note): Any and all Addenda issued by the Airport Authority may be viewed or downloaded from the above listed websites. Copies of this solicitation document and any issued Addenda may also be obtained from the Procurement Department, Detroit Metropolitan Wayne County Airport, L.C. Smith Building, Main Lobby, Detroit, Michigan 48242, (734) The Airport Authority is pleased to announce our on-line Vendor Self Service (VSS). To do business with the Airport Authority and receive notification of future bidding opportunities, click the following web link to register: Once registered, you may view and access solicitations online. Vendors MUST respond in accordance with the solicitation document instructions. (PCCS Tracking no )

5 WAYNE COUNTY AIRPORT AUTHORITY Page 2 of 35 PARKING ADVISORY -- ALLOW SUFFICIENT TIME FOR PARKING - Parking is available in the Blue Deck Parking Structure. From the Blue Deck, pedestrians may access the L.C. Smith Building by using the Pedestrian Bridge on the 3rd level at the south end of the Blue Deck.

6 WAYNE COUNTY AIRPORT AUTHORITY Page 3 of 35 TABLE OF CONTENTS TABLE OF CONTENTS... 3 SECTION 1 GLOSSARY OF TERMS... 4 SECTION 2 INSTRUCTIONS... 5 SECTION 3 SPECIAL REQUIREMENTS AND INSTRUCTIONS SECTION 5 SCOPE OF WORK AND SPECIFICATIONS SECTION 6 KEY TERMS AND CONDITIONS SECTION 7 REQUIRED FORMS BID FORM VERIFICATION OF MINIMUM QUALIFICATIONS FORM BUSINESS INFORMATION QUESTIONNAIRE ATTACHMENT A FORM OF AGREEMENT ATTACHMENT B WAYNE COUNTY AIRPORT AUTHORITY S PREVAILING WAGE REQUIREMENTS ATTACHMENT C SAMPLE REPORT ATTACHMENT D DIAGRAM OF THE TYPICAL HYDRANT ATTACHMENT E ETHICS ORDINANCE ATTACHMENT F PREVAILING WAGE GENERAL DECISION... 35

7 WAYNE COUNTY AIRPORT AUTHORITY Page 4 of 35 SECTION 1 GLOSSARY OF TERMS To the extent in this solicitation document the following are defined as: Airports: Detroit Metropolitan Wayne County Airport and Willow Run Airport. Bid Guarantee: sum of money or a bond provided by a Bidder to the Airport Authority with a Bid to guarantee that the Bidder will not withdraw the Bid for a specified period of time, and will enter into a contract with the Airport Authority within the time specified in the Bid, based upon the substantive terms and conditions contained in the RFB or Form of Agreement included in the RFB. Board: the governing body of the Airport Authority. Business: an individual, firm, vendor, association, corporation, limited liability company, partnership, joint venture, sole proprietorship, or other legal entity. Contractor: the successful awarded Bidder of a solicitation, who is legally bound to the contract. Detroit Metropolitan Wayne County Airport or DTW: Detroit Metro Airport Form of Agreement or FOA: the contract document for the solicitation. Freedom of Information Act (FOIA): regulates and sets requirements for the disclosure of public records and defines when, how, and what information may be obtained from the Airport Authority by an interested party. Holiday: the legal holidays observed by the Airport Authority. (New Year s Day, Martin Luther King Jr. Birthday, Friday before Easter, Memorial Day, Independence Day, Labor Day, Columbus Day, Thanksgiving Day, Day after Thanksgiving, Christmas Eve, Christmas Day, New Year s Eve) Joint Venture: A partnership or other legal cooperative agreement between two or more persons or entities. Metro Airport or DTW: Detroit Metropolitan Wayne County Airport. Nonresponsible Bid: a Bid submitted in reply to an RFB issued by the Airport Authority, where the Bidder does not meet all required minimum qualifications or DBE goal requirements, if required, or is not in compliance with the Airport Authority s requirements concerning ethics, debarment and/or arrearage. Nonresponsive Bid: a Bid submitted in reply to an RFB issued by the Airport Authority, which does not conform to all material requirements of the RFB. Notice of Award: written notification from the Airport Authority to the successful Bidder that they have been awarded the contract. Notice to Proceed: written authorization from the Airport Authority to the successful Bidder to proceed with the work defined in the contract. Partnership: an agreement under which two or more persons agree to carry on a business, sharing in the profit or losses, but each liable for losses to the extent of his or her personal assets. Procurement and Contracting Ordinance (Purchasing Ordinance): the common name of the Wayne County Airport Authority Procurement and Contracting Ordinance, which is the policy governing procurement and contracting at the Wayne County Airport Authority. Responsible Bidder: a Bidder who is qualified in all respects to fully perform the required services or to provide the required goods, and who possesses the integrity, experience and reliability necessary for good faith performance. A responsible Bidder meets the minimum qualification requirements and conforms to the Airport Authority s requirements concerning ethics, debarment, arrearage, and where applicable, DBE participation goal. Responsive Bid: a bid timely submitted by a Bidder in reply to, and in conformity with all material requirements of a Request for Bids issued by the Airport Authority. Willow Run or YIP: Willow Run Airport

8 WAYNE COUNTY AIRPORT AUTHORITY Page 5 of 35 SECTION 2 INSTRUCTIONS 1) PRE-BID INFORMATION AND QUESTIONS: Bidders are advised to review this document in its entirety and to rely only upon the contents of this RFB and accompanying documents and any written clarifications or addenda issued by the Airport Authority. THE AIRPORT AUTHORITY IS NOT RESPONSIBLE FOR ANY ORAL INSTRUCTIONS. If a Bidder finds a discrepancy, error, or omission in the RFB document, the Bidder is requested to promptly notify the Procurement Contact noted on the Cover Page of this RFB, so that written clarification may be sent to all prospective Bidders. All questions must be submitted in writing by the pre-bid question deadline. No contact with other Airport Authority employees, officers or Board members regarding this document is permitted. 2) PRE-BID MEETING: A pre-bid meeting concerning this RFB may be held. If so, the date, time and location will be indicated on the Cover Page of this RFB. Staff will be available at this meeting to answer questions about this RFB. Attendance at the meeting is strongly encouraged. 3) RFB MODIFICATIONS/ADDENDA: Clarifications or modifications may be made to this solicitation at the discretion of the Airport Authority. Any and all Addenda issued by the Airport Authority will be posted as noted on the Cover Page of this RFB. It is the responsibility of the Bidder to obtain from MITN any issued Addenda and to acknowledge the Addenda on the Bid Form. If any changes are made to this solicitation document by any party other than the Airport Authority, the original document in the Airport Authority s files takes precedence. 4) BID DEADLINE / LATE SUBMISSIONS: The bid is due not later than the date and time listed on the Cover Page of this RFB. The deadline date may in some instances change during the solicitation issuance period. If any deadline date for submission changes, such change will be issued in a published Addendum to this solicitation prior to the deadline date indicated on the Cover Page of this solicitation. The Procurement Department s time stamp will determine the official receipt time. Bids will be accepted at any time during normal business hours, which are from 8:00 A.M. to 4:30 P.M. Eastern Time, Monday through Friday, except for legal holidays observed by the Airport Authority. Bids received after the Bid Deadline will not be opened and will be returned to the Bidder unopened. 5) SMALL BUSINESS ENTERPRISE (SBE) PARTICIPATION: The Airport Authority encourages participation from small businesses. Information about the Airport Authority s SBE Program, including equalization credit and application form, may be found on the following website: For more information, please contact Danielle Sadler at danielle.sadler@wcaa.us or (734) ) BID SUBMISSION: Failure to submit a timely bid including: 1) a signature binding the offer; and 2) a completed Price Form, and 3) Bid Guarantee (cashier s check only made payable to the Wayne County Airport Authority, if applicable), will result in your bid being deemed nonresponsive; these items will not be waived or considered a minor informality or irregularity. a) The Bidder is also to submit the following required information: i) Submit an original bid and one (1) exact copy. ii) Verification of Minimum Qualifications Form (or provide the required information to show the Bidder meets each of the Minimum Qualifications as listed in this solicitation document). iii) Business Information Questionnaire (Certification section must also be signed)

9 WAYNE COUNTY AIRPORT AUTHORITY Page 6 of 35 (1) Certification concerning Iran: The Bidder certified that its business neither (a) engages in investment activities in the energy sector of Iran, including the provision of oil or liquefied natural gas tankers or products used to construct or maintain pipelines used to transport oil or liquefied natural gas for the energy sector of Iran, nor (b) extends credit to another person or entity, if that person or entity will use the credit to engage in investment activities in the energy sector of Iran. iv) Subcontractor Form (1) The Bidder must include information about each subcontractor that will be utilized in the contract. Subcontractors cannot be added or replaced after submittal of the bid without the prior written approval of the Airport Authority. v) Bidder must submit a Certificate of Good Standing from the State in which their business is domiciled or certify on its Business Information Questionnaire that it is not required to obtain such a certificate or otherwise register with that state. If the Bidder is domiciled outside of Michigan, the Bidder will also be required to submit a Certificate of Good Standing from the State of Michigan or certify on its Business Information Questionnaire that it is not required to obtain such a certificate or otherwise register with the State of Michigan. How to obtain information regarding obtaining a Certificate of Good Standing from the State of Michigan may be found at b) Bids must be enclosed in a sealed envelope, box or package, and clearly marked on the outside with the following: RFB Title, Control Number, Deadline and Bidder s name, address, phone, fax and contact name. Bids sent by telegraph, facsimile, or other electronic means will not be considered unless specifically authorized in this RFB. c) Submission of a bid establishes a conclusive presumption that the Bidder is thoroughly familiar with the Request for Bids (RFB), and that the Bidder understands and agrees to abide by each and all of the stipulations and requirements contained therein. d) All prices and notations must be typed or printed in ink. No erasures are permitted. Mistakes may be crossed out and corrections must be initialed in ink by the person(s) signing the bid. e) All costs incurred in the preparation and presentation of the bid is the Bidder s sole responsibility; no pre-bid costs will be reimbursed to any Bidder. f) All documentation submitted with the bid will become the property of the Airport Authority. g) Bids must be held firm for a minimum of 120 days from the Bid Deadline date of the RFB. h) The Airport Authority has the right to request samples from Responsive and Responsible Bidder. The requested samples must be provided within two (2) business days of the request by the Airport Authority, or the bid will be considered nonresponsive. 7) EXCEPTIONS: Bidder shall clearly identify any proposed deviations from the language in the Request for Bids (including its Terms and Conditions). Each exception must be clearly defined and referenced to the proper paragraph in this RFB or its Terms and Conditions. The exception shall include, at a minimum, the Bidder's proposed substitute language and opinion as to why the suggested substitution will provide equivalent or better service and performance. If no exceptions are noted in the Bidder's Bid, the Airport Authority will assume complete conformance with this specification and the successful Bidder will be required to perform accordingly. Bids not meeting all requirements may be rejected. Bids taking exception to material terms and conditions (i.e., indemnification, subrogation, insurance, ownership of documents, governmental requirements) will

10 WAYNE COUNTY AIRPORT AUTHORITY Page 7 of 35 not be considered. The Airport Authority reserves the right to accept or to allow the Bidder to withdraw any or all exceptions. 8) WITHDRAWAL: Bids may only be withdrawn by written notice prior to the date and time set for the opening of bids. No Bid may be withdrawn after the deadline for submission. 9) REJECTION OF BIDS: Bids will be rejected for the following reasons: a) Bidder s failure to submit all required information of RFB. b) Bidder s failure to meet minimum qualifications of RFB. c) Bidder is in arrears or in default to the Airport Authority on any contract, debt, or other obligation. d) Bidder is debarred by the Airport Authority or federal government (for federally funded contracts) from consideration for a contract award. e) Bidder has committed a violation of the Airport Authority s Ethics Ordinance which resulted in a termination of a contract or other material sanction within the two (2) years immediately preceding the date of issuance of this document. f) Bidder has a contract or other relationship with a client that is determined by the Airport Authority to be a legal or business conflict that is unwaivable or that the Airport Authority, at its sole discretion, is unwilling to waive. g) In the event a Bidder, including its subsidiaries, affiliated companies and franchises, submits more than one (1) bid, the Airport Authority, at its sole option, will have the right to determine which bid will be considered, or reject all such multiple bids. 10) CANCELLATION OF RFB The Airport Authority reserves the right to cancel this solicitation, in whole or in part, as well as reject any or all bids, or to accept or reject any bid in part, and to waive any minor informality or irregularity in bids received if it is determined by the Chief Executive Officer (CEO) or his designee that the best interest of the Airport Authority will be served by so doing. If the solicitation is cancelled or all bids are rejected by the Airport Authority, a notice will be posted on MITN. 11) PROCUREMENT POLICY: Procurement for the Airport Authority will be handled in a manner providing fair opportunity to all businesses. This will be accomplished without abrogation or sacrifice of quality and as determined to be in the best interest of the Airport Authority. The Chief Executive Officer has the vested authority to execute a contract, subject to Board approval where required. 12) BID SIGNATURES: Bids must be signed in ink by an authorized official of the Bidder. Each signature represents binding commitment upon the Bidder to provide the goods and/or services offered to the Airport Authority if the Bidder is determined to be the lowest Responsive and Responsible Bidder. 13) CONTRACT AWARD AND CONTRACT EXECUTION: The Airport Authority reserves the right to award by item, group of items, or total proposed items and to award more than one contract at its sole discretion, to the lowest Responsive and Responsible Bidder, or Bidders. All contract award recommendations must be approved by either the Airport Authority s CEO or Board.

11 WAYNE COUNTY AIRPORT AUTHORITY Page 8 of 35 The Bidder(s) to whom the award is being recommended will be notified and provided the Airport Authority s contract for execution at the earliest possible date. If for any reason, the awarded Bidder(s) does not execute a contract within the time specified by the Airport Authority, then the Airport Authority may recommend award to the next lowest Responsive and Responsible Bidder. A final Notice of Award, and if required, a Notice to Proceed, will be issued after completion of a fully executed contract. If a Bidder requires an agreement beyond any agreement (e.g. Terms and Conditions) required by the Airport Authority, or required as a part of this solicitation by the Airport Authority, the Airport Authority reserves the right to reject execution of any additional agreements required by the Bidder. In instances where the Airport Authority rejects execution of additional agreements that are required by the Bidder, the Airport Authority reserves the right to deem the bid as Nonresponsive, and to recommend award to the next most Responsive and Responsible Bidder. 14) NO RFB RESPONSE: Bidders who receive this RFB but who do not submit a bid should return this RFB package stating the reason(s) for not responding. 15) FREEDOM OF INFORMATION ACT ( FOIA ) REQUIREMENTS: Bids are subject to public disclosure after the Bid Deadline in accordance with state law. For additional information, contact the Airport Authority s FOIA Coordinator at ) PROTESTS: A protest must be filed in writing and within the timeframes outlined in Section 9 of the Airport Authority Procurement and Contracting Ordinance. A copy of the Procurement Ordinance is available from Procurement Division at the Airport Authority, and accessed at urement_and_contracting_ordinance.pdf 17) SECURITY BADGES: Security badges are required. To obtain information about the Security Badging process contact the Credentials Offices at (734) , security.credentials@wcaa.us or follow the link: 18) BASIS FOR CONTRACT AWARD: The contract award shall be determined based upon the lowest Responsive and Responsible Bid. 19) ESTIMATED QUANTITIES: The quantities shown in this document are estimates only and the Airport Authority reserves the right to increase or decrease amounts as circumstances may require. 20) EVALUATION: The Airport Authority reserves the right to exclude from evaluation any sample item listed (e.g. if a part number was recently discontinued and was unknown by the Airport Authority when this document was prepared). 21) EQUALS: Bids submitted as alternates, as "equals," or on the basis of exceptions to specific conditions of purchases and/or required specifications, must be submitted with an attachment referencing the specific paragraph numbers and adequately defining the exception submitted. Samples of the equal must be submitted to the Procurement Division upon request. If no exceptions are taken, the Airport Authority will expect and require complete compliance with the brands, specifications and conditions of purchase. The Airport Authority has the sole right to determine what constitutes an equal.

12 WAYNE COUNTY AIRPORT AUTHORITY Page 9 of 35 22) SAMPLES: The Airport Authority has the right to request samples from the lowest responsive responsible Bidder. The requested samples must be provided within two (2) business days of the request by the Airport Authority, or the Bid will be considered nonresponsive. 23) PROOF OF INSURANCE REQUIREMENTS: The Contractor must submit proof that they meet all Airport Authority insurance requirements prior to receiving an executed contract and purchase order. Proof of insurance as stated in the Form of Agreement will be required within 5 days of request. To expedite the process, submit a copy of your current coverage with your Bid. 24) To report an ethics violation or for more information, go to or call

13 WAYNE COUNTY AIRPORT AUTHORITY Page 10 of 35 SECTION 3 SPECIAL REQUIREMENTS AND INSTRUCTIONS 1) MINIMUM QUALIFICATIONS: Bidders (specifically, the Business that will be contractually bound under the contract with the Airport Authority) will be deemed nonresponsible and rejected without any further evaluation if they as a Business, do not meet the following qualifications: a) The Bidder must have a minimum of five (5) years experience in repairing fire hydrants, wall hydrants and post indicator valves and casting internal parts. b) The Bidder s key personnel must have current certification training for confined space entry in accordance with MIOSHA Section g. c) The Bidder s key personnel must provide and maintain current training for excavation, trenching and shoring per MIOSHA standard 1306 Part 9. d) The Bidder s key personnel performing the work must possess and maintain a valid State of Michigan Maintenance & Alteration (M&A) license for excavation (letter code D). 2) WCAA ETHICS ORDINANCE: The Bidder must comply with the WCAA Ethics Ordinance. To view or download the WCAA Ethics Ordinance, access the following weblink: 3) BID GUARANTEE: BID GUARANTEE: The Bidder is required to submit a refundable Bid Guarantee (cashier s check only) in the amount of $5, made payable to the Wayne County Airport Authority. The Bidder must submit the Bid Guarantee with the Bid in response to this RFB. Failure to submit the Bid Guarantee in the specified form will result in the Bid being deemed Nonresponsive and the Bid rejected without any further evaluation. Note: Return of Bid Guarantee: Bid Guarantees will be returned to Bidders immediately after the Airport Authority has deemed that a Bidder is either Nonresponsive or Nonresponsible. Bid Guarantees for all remaining Bidders will be held until a contract is fully executed; or upon the request by the Bidder, but only after the firm offer period has expired.

14 WAYNE COUNTY AIRPORT AUTHORITY Page 11 of 35 SECTION 4 PROJECT OVERVIEW 1) INTRODUCTION: Through this Request for Bids (RFB), the Wayne County Airport Authority (Airport Authority) hereby invites businesses that meet the qualifications set forth herein to submit Bids to test, inspect and provide as needed repair on the existing fire hydrants and post indicator valves (PIV) units at the Detroit Metropolitan Wayne County and Willow Run Airports (Airports). The successful Bidder (Contractor) will purchase (provide) and install fire hydrants and PIV units at Detroit Metropolitan Wayne County and Willow Run Airports (Airports). 2) GENERAL INFORMATION: The Airports have approximately 300 field fire hydrants and 90 PIV units combined. These services ensure that fire hydrants and PIV units are properly maintained and in good working order for fire suppression operations.

15 WAYNE COUNTY AIRPORT AUTHORITY Page 12 of 35 1) SCOPE OF WORK: SECTION 5 SCOPE OF WORK AND SPECIFICATIONS a) Contractor Responsibilities: The successful Bidder (Contractor) shall provide complete as needed testing, inspections and as-needed repairs for fire hydrants and PIV units. The Contractor is also required to provide and install new and replacement fire hydrants and PIV units as required. (Note: Work is generally performed semi-annually, however, the Airport Authority may conduct some of the work utilizing its own staff. Therefore, the contractor will be assigned work on an as needed basis). i) The Contractor shall also be responsible for the following: (1) Contractor will be responsible for providing all labor, materials, and equipment necessary to inspect, repair and replace as-needed, approximately 300 field fire hydrants and 90 PIV units at both Airports. (2) Contractor must mobilize and be onsite within two (2) hours of notification for all emergency repairs to fire hydrants 24-hours per day, 7 days per week including holidays. (3) All work shall be performed in accordance with the requirements of the NFPA Chapter 25, Section 4, The Inspection Maintenance and Testing of Water-Based Fire Protection Systems, except where specified in the terms of this contract. (4) Contractor will be required to Miss Dig all locations before excavation and mark with a white flag. (5) Contractor must bag "out of service" hydrants and report status to the Airport Water Operator. (6) Contractor is required to respond to emergencies within one (1) to two (2) hours, own all equipment necessary to perform maintenance and repairs as well as self perform at least 80% of the work required. (7) Contractor is responsible for all traffic controls on Roadways and Airfields during maintenance and repairs. ii) Task A Annual Inspections: (1) Each hydrant shall be inspected and corrected for the following conditions: (a) Accessibility; (b) Barrel free from water or debris; (c) Improper Drainage; (d) Leaks or cracks; (e) Tightness of outlets; (f) Worn nozzle threads; (g) Worn hydrant operating nuts;

16 WAYNE COUNTY AIRPORT AUTHORITY Page 13 of 35 (h) Paint and appearance (Fire engine red enamel on iron parts. White enamel stencil writing.); (i) Lubrication of all stems, caps, plugs, and threads; (j) Flushing of hydrants; (k) Valve exercising; (l) Internal seal replacement; and (m) Flange bolts and gaskets. (2) Upon completion of the Annual Inspections the Contractor will submit a detailed Inspection Report to the Authority showing the condition of each hydrant and any repairs completed or required. (See Attachment A for sample report.) iii) Task B Corrective Actions: (1) Based on the results of Annual Inspection Reports described in Task A, the Authority will determine the number and location of repairs/replacements. The Contractor will not repair/replace any fire hydrants or PIV units unless instructed to do so by the Authority. (a) All corrective actions for the above conditions shall be performed in accordance with the requirements stated in NFPA 25, Section 4 and Table (b) All corrective actions required to maintain any hydrant to a serviceable status that requires the excavation, removal or replacement of the unit, shall be reported immediately to the Authority prior to beginning work. 2) SPECIFICATIONS: Currently, the Authority utilizes three (3) types of hydrants throughout both Airports. Those hydrants are as follows (See Attachment B for a diagram of the typical hydrant): a) 5BR HYD 6 6 MJ 1HSTZ Water Master 250 b) Kennedy 641S UL Wall indicator post c) Mueller A-20813

17 WAYNE COUNTY AIRPORT AUTHORITY Page 14 of 35 SECTION 6 KEY TERMS AND CONDITIONS 1) CONTRACT TERM: The contract shall be for a maximum term of five (5) years; an initial two (2) year term with three (3) one-year renewals exercisable at the sole discretion of the Airport Authority. It is anticipated the contract will commence in September ) WAYNE COUNTY AIRPORT AUTHORITY S PREVAILING WAGE REQUIREMENTS: All wages on the Project are subject to the Wayne County Airport Authority s Prevailing Wage Requirements (Attachment B). All shall be paid in accordance with the attached wage decision (Attachment F). 3) PERFORMANCE GUARANTEE: The successful Bidder must, upon the Airport Authority s execution of any Agreement and prior to commencing performance, furnish to the Airport Authority an irrevocable and unconditional Letter of Credit or Cash deposit in the amount of $10, ) CHANGES TO KEY PERSONNEL AND SUBCONTRACTORS: It is essential that the Contractor provides adequate experienced personnel and subcontractors, capable of and devoted to the successful accomplishment of work to be performed under this contract. The Contractor must agree to assign specific individuals to the key positions. a) Contractor agrees that once assigned to work under the contract, key personnel and subcontractors shall not be removed or replaced without written notice to the Airport Authority. b) If key personnel and subcontractors are not available for work under the contract for a continuous period exceeding thirty (30) calendar days, or are expected to devote substantially less effort to the work than initially anticipated, the Contractor shall immediately notify the Airport Authority, and shall, subject to the concurrence of the Airport Authority, replace such personnel with personnel of substantially equal ability and qualifications. 5) RUNWAY INCURSIONS: The Federal Aviation Administration (FAA) defines a Runway Incursion as Any occurrence at an airport involving an aircraft, vehicle, person, or object on the ground that creates a collision hazard or results in a loss of separation with an aircraft taking off, intending to take off, landing or intending to land. Entering the Movement Area (i.e. runways, taxiways, etc.) without authorization from the FAA Air Traffic Control Tower and the Wayne County Airport Authority will result in the suspension of an assigned ID Badge and/or ramp driving privileges and could subject the Contractor or the Contractor s key personnel to permanent revocation of their airfield driving privileges. Furthermore, runway incursions may result in federal fines and/or termination of the contract.

18 WAYNE COUNTY AIRPORT AUTHORITY Page 15 of 35 SECTION 7 REQUIRED FORMS BID FORM VERIFICATION OF MINIMUM QUALIFICATIONS FORM BUSINESS INFORMATION QUESTIONNAIRE ATTACHMENT A FORM OF AGREEMENT ATTACHMENT B WAYNE COUNTY AIRPORT AUTHORITY S PREVAILING WAGE REQUIREMENTS ATTACHMENT C SAMPLE REPORT ATTACHMENT D DIAGRAM OF THE TYPICAL HYDRANT ATTACHMENT E ETHICS ORDINANCE ATTACHMENT F PREVAILING WAGE GENERAL DECISION... 35

19 WAYNE COUNTY AIRPORT AUTHORITY Page 16 of 35 BID FORM Failure to submit a signature binding the offer with your Bid shall result in your Bid being deemed nonresponsive and rejected without any further evaluation. TO: WAYNE COUNTY AIRPORT AUTHORITY: OFFER The Undersigned hereby offers and agrees to furnish the goods and/or services in compliance with all terms, scope of work, conditions, specifications, and addenda in the Request for Bid. ADDENDA: The undersigned has read, understands and is fully cognizant of the Information to Bidders, Offer and Form of Agreement, all Exhibits thereto, together with any written addendum issued in connection with any of the above. The undersigned hereby acknowledges receipt of the following addendum(s):,,, (write none if none). In addition, the undersigned has completely and appropriately filled out all required forms. OBLIGATION: The undersigned, by submission of this Bid Form, hereby agrees to be obligated, if selected as the Contractor, to provide the stated goods and/or services to the Airport Authority, for the term as stated herein, and to enter into an Agreement with the Airport Authority, in accordance with the Conditions, Scope and Terms, as well as the Form of Agreement, together with any written addendum as specified above. COMPLIANCE: By submitting this Bid Form, the Bidder represents that: 1) the Bidder is in compliance with any applicable provisions of the Airport Authority s Ethics Ordinance, and 2) if awarded a contract to provide the Construction, Goods or Services required in the RFB, the Bidder will comply with the Airport Authority s Ethics Ordinance. NONCOLLUSION: The undersigned, by submission of this Bid Form, hereby declares that this Bid is made without collusion with any other business making any other Bid, or which otherwise would make a Bid. BID PRICE: The undersigned agrees to abide by the pricing contained on the Pricing Form.

20 WAYNE COUNTY AIRPORT AUTHORITY Page 17 of 35 No Bid shall be accepted which has not been signed: I certify, under penalty of perjury, that I have the legal authorization to bind the firm hereunder: Company Name Address (NO PO BOX ALLOWED) City State Zip Signature of Person Authorized to Sign Printed Name For clarification of this offer, contact: Name: Phone: Fax: Title Federal Tax ID Date

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION 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 information

QSP INFORMATION AT A GLANCE

QSP 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 information

Borough of Jamesburg

Borough 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 information

OSWEGO COUNTY PURCHASING DEPARTMENT

OSWEGO 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 information

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 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 information

2014 Inlet Rehab Project II Various Locations

2014 Inlet Rehab Project II Various Locations 2014 Inlet Rehab Project II Various Locations in the City of Sioux Falls, South Dakota Bid Request No. 14-1078 Prepared by: Engineering Division 224 West 9 th Street Sioux Falls, SD 57104 TABLE OF CONTENTS

More information

GALVESTON 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 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 information

TABLE OF CONTENTS. Prefacej... 1

TABLE 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 information

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES The Town of Farmington Department of Public Works is seeking proposals for the purpose

More information

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m. DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2009 Achievement of Excellence in Procurement Award National Purchasing Institute Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: 10RD75957YB

More information

TOWN 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 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 information

REQUEST 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 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 information

CITY 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. 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 information

How To Do Business With Omaha Public Schools

How To Do Business With Omaha Public Schools O PS How To Do Business With Omaha Public Schools SCHOOL Business Services Department Purchasing Division 3215 Cuming Street Omaha, Nebraska 68131-2024 Phone (402) 557-2214 Introduction This pamphlet

More information

Department of Purchasing & Contract Compliance

Department 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 information

ATLANTA PUBLIC SCHOOLS

ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT

More information

Air Conditioning Maintenance Services

Air 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 information

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

REQUEST 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 information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS 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 information

TRUSTEES 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 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 information

REQUEST FOR PROPOSAL Procurement of Landscaping Services

REQUEST 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 information

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES The City of Novi will receive sealed proposals for Consultant - Architectural Façade Services according to the

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS 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 information

TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION

TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION April 25, 2014 DUE DATE/LOCATION: Friday, May 9, 2014 Bid forms and references are due by 9:30 A.M. at:

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Trophy Club Municipal Utility District No.1 100 Municipal Dr. Trophy Club, Texas 76262 682-831-4600 REQUEST FOR PROPOSAL for AFTER HOURS ANSWERING SERVICES MARCH 11, 2013 1 NOTICE TO BIDDERS Competitive

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY 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 information

Western Virginia Water Authority. Roanoke, Virginia

Western 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 information

HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING

HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING We appreciate your interest in doing business with the City of Wichita. We want to assure you of our interest in seeing

More information

Robla School District

Robla 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 information

Request for Proposal RFP #201501. Printing & Mailing Services

Request for Proposal RFP #201501. Printing & Mailing Services Request for Proposal Printing & Mailing Services Date of Issue: 03/24/2015 For period beginning: 05/01/2015 Due Date/Time for Receipt of Proposals: 04/06/2015 @ 2:00 p.m. (EDT) RFP Number: 201501 Date

More information

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST 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 information

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS (RFP) N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP") January 7, 2016 N.I.C.E. Community School District A. Instructions REQUEST FOR PROPOSAL FOR PRELIMINARY

More information

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Sealed 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 information

Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15

Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15 S PRINGFIELD UTILITY BOARD Electric Service Center Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15 Proposals Due: March 12, 2015 @ 2:00 pm Technical Questions RFP

More information

RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES

RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES Our File No.: RFP 06 18 Company name Attn: xxxxxxx address address RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES You have been invited to submit a proposal to the District of

More information

LIVINGSTON COUNTY MICHIGAN

LIVINGSTON COUNTY MICHIGAN LIVINGSTON COUNTY MICHIGAN REQUEST FOR PROPOSALS - RFP-LC-14-19 TRANSCRIPTION SERVICES INTRODUCTION Livingston County is soliciting proposals from interested, qualified and experienced vendors for TRANSCRIPTION

More information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and

More information

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

Region 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 information

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES The Town of Canton is soliciting proposals from professional architectural/engineering consultants for

More information

Carmel 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 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 information

Purchasing a Business in Utah - RFP Approval Bid Process

Purchasing a Business in Utah - RFP Approval Bid Process REQUEST FOR PROPOSAL To Provide Services for RELEASE DATE: November 11, 2010 DUE DATE: December 10, 2010 2 p.m. Mark Hoss Purchasing Coordinator I. GENERAL TABLE OF CONTENTS PAGE A. Intent of Request for

More information

ANY INVALID WILL NOT

ANY INVALID WILL NOT NOTICE!! THIS IS AN OFFICIAL DOCUMENT THAT IS USED TO DETERMINE THE QUALIFICATIONS OF CONTRACTORS TO BID WITH THE AGENCY OF TRANSPORTATION FOR THE STATE OF VERMONT. ANY ALTERATIONS OF THIS DOCUMENT WILL

More information

CHARTER TOWNSHIP OF WEST BLOOMFIELD REQUEST FOR PROPOSALS WATER SYSTEM LEAK DETECTION EQUIPMENT

CHARTER TOWNSHIP OF WEST BLOOMFIELD REQUEST FOR PROPOSALS WATER SYSTEM LEAK DETECTION EQUIPMENT CHARTER TOWNSHIP OF WEST BLOOMFIELD REQUEST FOR PROPOSALS WATER SYSTEM LEAK DETECTION EQUIPMENT BID: 042412 ITEM: Request for Proposals for Water System Leak Detection Equipment DEADLINE: Tuesday, April

More information

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals

More information

LIBERTY 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 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 information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND MEDICAL INSURANCE CARRIER CLAIM AUDIT All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

Department of Purchasing & Contract Compliance

Department 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 information

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

PROPOSAL 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 information

COUNTY OF TANEY, MISSOURI

COUNTY OF TANEY, MISSOURI COUNTY OF TANEY, MISSOURI REQUEST FOR BID For WORKERS COMPENSATION INSURANCE Taney County, Missouri RFB# 201202-168 Workers Compensation Insurance Release Date: February 25, 2012 Submittal Deadline: March

More information

REQUEST FOR QUOTES (RFQ)

REQUEST FOR QUOTES (RFQ) REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck

More information

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent Formal Invitation for Bids (ITB) Bid 2016-93 Annual Contract for Plumbing Repair Due: August 20, 2015 before 2:00p.m. Public Notice

More information

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE Request for Quote Inland Lakes School Indian River, Michigan For Phone System BID PACKAGE The deadline for sealed bids is May 26, 2016 at 12:00 PM at the following location: Inland Lakes School 4363 South

More information

Center Unified School District

Center 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 information

REQUEST FOR PROPOSAL. Ambulance Billing Services

REQUEST FOR PROPOSAL. Ambulance Billing Services REQUEST FOR PROPOSAL Ambulance Billing Services City of Calais (the City ) is requesting proposals from qualified Vendors ( Vendor ) to provide ambulance billing collection, financial reporting, and analytical

More information

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 PURPOSE: The purpose for this specification is to establish a 36 month service contract for maintenance and

More information

REQUEST FOR PROPOSALS

REQUEST 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 information

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming Request for Proposals to provide Landscape Architect Due Date Proposal Submissions Monday, June 15, 2015 by 5:00 p.m. RFP15-15008 Solicited by: Department

More information

SOLICITATION QUOTATION PROFESSIONAL SERVICES

SOLICITATION 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 information

PROPOSAL COVER SHEET

PROPOSAL 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 information

DUE DATE: August 23, 2011-2:00 p.m.

DUE DATE: August 23, 2011-2:00 p.m. REQUEST FOR PROPOSALS CREDIT CARD MERCHANT SERVICES RFP 11-08 DUE DATE: August 23, 2011-2:00 p.m. CITY OF LEAGUE CITY 300 W Walker League City, TX 77573 281-554-1001 www.leaguecity.com 1 TERMS AND CONDITIONS

More information

REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT

REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT The County of Cumberland, a county of the fourth class, is accepting proposals from qualified firms to provide telephone services

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND PHARMACY BENEFITS MANAGER BID PACKAGE All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

How to File a Workers Compensation Request For Proposal

How to File a Workers Compensation Request For Proposal REQUEST FOR PROPOSAL West Virginia Offices of the Insurance Commissioner Workers Compensation for West Virginia State Agencies INS 11015 TABLE OF CONTENTS Section 1: Section 2: Section 3: Section 4: Section

More information

Request 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 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 information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101413B PROJECT TITLE: Communication Access Real Time Translation and Open Captioning Transcription

More information

CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES

CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES 1 CITY OF HAMTRAMCK REQUEST FOR QUOTE FOR VEHICLE REPAIR SERVICES FOR THE CITY OF HAMTRAMCK ADVERTISE DATE: October 25,

More information

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence

Request 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 information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND 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

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1 Invitation to Bid Asphalt Restoration and Spot Repairs For Hardin County Water District No. 1 Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222

More information

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS CITY OF CHILLICOTHE REQUEST FOR PROPOSALS The City of Chillicothe is accepting sealed proposals for a Financial and Payroll software system for the Chillicothe Auditor s office. Proposal Must Be Sealed,

More information

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 NOTICE IS HEREBY GIVEN that the Cape Fear Public Utility Authority (hereinafter referred to as CFPUA or the Authority ) is requesting

More information

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING

INVITATION 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 information

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 Project Description: The Regional Transit Authority of New

More information

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE: REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS

More information

REQUEST FOR COMPETITIVE SEALED PROPOSALS STADIUM IMPROVEMENTS, DATA CENTER PROJECT AND/OR BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD

REQUEST FOR COMPETITIVE SEALED PROPOSALS STADIUM IMPROVEMENTS, DATA CENTER PROJECT AND/OR BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD The Dripping Springs Independent School District ( DSISD or the District ) is requesting Competitive

More information

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m. Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org REQUEST FOR PROPOSAL NO. RFP09503

More information

Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software

Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software Prepared by Business Administration BELGRADE PUBLIC SCHOOLS INVITATION TO SUBMIT

More information

REQUEST FOR PROPOSALS FOR PCI COMPLIANCE SERVICES FOR THE GREENVILLE-SPARTANBURG AIRPORT DISTRICT

REQUEST FOR PROPOSALS FOR PCI COMPLIANCE SERVICES FOR THE GREENVILLE-SPARTANBURG AIRPORT DISTRICT REQUEST FOR PROPOSALS FOR PCI COMPLIANCE SERVICES FOR THE GREENVILLE-SPARTANBURG AIRPORT DISTRICT Issue Date: March 4, 2013 Pre-Submittal Conference: March 19 @ 2:00 p.m. Greenville-Spartanburg International

More information

REQUEST FOR QUALIFICATIONS/PROPOSALS FOR THE PROVISION OF PROFESSIONAL SERVICES PRIMARY BANKING. ISSUE DATE: June 23, 2011. DUE DATE: July 12, 2011

REQUEST 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 information

Solicitation 2013-9. Emergency Disaster Cleanup Services. Bid designation: Public. Lehi City

Solicitation 2013-9. Emergency Disaster Cleanup Services. Bid designation: Public. Lehi City Solicitation 2013-9 Emergency Disaster Cleanup Services Bid designation: Public Lehi City 11/4/2013 4:51 PM p. 1 Bid Number 2013-9 Bid Title Emergency Disaster Cleanup Services Emergency Disaster Cleanup

More information

CITY 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 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 information

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID ITB # 1002 ITEM: Storage Area Network Equipment, Installation & Support DEADLINE: Friday, February

More information

Agent Agreement WITNESSETH

Agent Agreement WITNESSETH PATRIOT NATIONAL UNDERWRITERS, INC. Agent Agreement THIS AGENT AGREEMENT (the Agreement ) is made and entered into by and between Patriot National Underwriters, Inc., a Texas corporation ( Patriot ), and

More information

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

City 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 information

REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: 127431)

REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: 127431) REQUEST FOR PROPOSALS: Internet Access Service For: Peach County School District (BEN: 127431) Project Objectives: 1.0 Objective: Peach County Schools is seeking qualified responses for a managed 100.0

More information

NEW 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 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 information

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 Fiscal Year 2011 1 TABLE OF CONTENTS Part 1 - Informational...3 Part 2 - Operating Environment...8 Part

More information

AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES

AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES COUNTY OF SONOMA AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES FOR THE CHARLES M. SCHULZ SONOMA COUNTY AIRPORT Request for Proposals (RFP) The County of Sonoma, Charles M. Schulz Sonoma County

More information

Canterbury Park Pool Chamber Replacement

Canterbury Park Pool Chamber Replacement Requirement Request For Quotation To provide services, equipment and materials to replace the Concrete Pool Service & Drainage vault at the Canterbury Park Pool located at 2185 Arch Street, Ottawa, ON

More information

NOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE

NOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE NOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE THIS PROJECT IS FUNDED UNDER AN AGREEMENT WITH THE STATE OF TENNESSEE Proposal Due Date/Time October 31, 2014

More information

CLAY COUNTY UTILITY AUTHORITY, FLORIDA REQUEST FOR PROPOSALS FOR

CLAY COUNTY UTILITY AUTHORITY, FLORIDA REQUEST FOR PROPOSALS FOR CLAY COUNTY UTILITY AUTHORITY, FLORIDA REQUEST FOR PROPOSALS FOR UTILITY REVENUE NOTE, SERIES 2015 (NOT TO EXCEED AMOUNT OF $45,000,000 Non Bank Qualified) BANK TERM LOAN Due Date: Thursday, February 5,

More information

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS

D3 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 information

REQUEST FOR PROPOSAL FOR BANKING SERVICES CITY OF CENTER LINE, MICHIGAN GENERAL INFORMATION

REQUEST FOR PROPOSAL FOR BANKING SERVICES CITY OF CENTER LINE, MICHIGAN GENERAL INFORMATION Page 1 of 21 REQUEST FOR PROPOSAL FOR BANKING SERVICES CITY OF CENTER LINE, MICHIGAN Contact Name: Contact Title: E-mail: Steve R. Adair, CGFM Finance Director & Treasurer sadair@centerline.gov GENERAL

More information

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1 June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM This addendum consists of the following clarification: 1. Addendum #1 is attached and

More information

Request 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 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 information

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03 NOTICE INVITING BIDS CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03 PUBLIC NOTICE IS HEREBY GIVEN that the City of National City, hereinafter referred to as the Agency, invites sealed

More information

SEALED BID SOLICITATION QUOTATION

SEALED 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 information

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS Allegany County will receive sealed bids until 10:00

More information

Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to:

Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: REQUEST FOR PROPOSALS (RFP) 15762A FOR DENVER WATER S Snow Removal and Ice Abatement Issue Date: November 3, 2014 Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: Denver Water Main Administration

More information