City of Cranston. Request For Proposal. For. Fire Alarm Cable Installation
|
|
- Christopher Fletcher
- 8 years ago
- Views:
Transcription
1 City of Cranston Request For Proposal For Fire Alarm Cable Installation August 2005 DIVISION OF CONTRACT & PURCHASE CITY HALL CRANSTON, RHODE ISLAND Mark J. Marchesi Purchasing Agent Stephen P. Laffey Mayor Prepared by: Broad Reach, 5 Division Street, East Greenwich, RI (401) OWNERSHIP AND USE OF DOCUMENTS: DRAWINGS AND SPECIFICATIONS, AS INSTRUMENTS OF PROFESSIONAL SERVICE, ARE AND SHALL REMAIN THE PROPERTY OF BROAD REACH. THESE DOCUMENTS ARE NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECTS OR PURPOSES, OR BY ANY OTHER PARTIES, THAN THOSE PROPERLY AUTHORIZED BY CONTRACT, WITHOUT THE EXPRESS AUTHORIZATION OF BROAD REACH.
2 Table of Contents 1 Invitation to Bid General Terms and Conditions Scope of Work General Vendor Task List Vendor Information and Qualifications Installation Practices General Requirements Cable and Termination Specifications Testing and Documentation Requirements General Bidder s Blank Appendix A Prepared by: Broad Reach, 5 Division Street, East Greenwich, RI (401) OWNERSHIP AND USE OF DOCUMENTS: DRAWINGS AND SPECIFICATIONS, AS INSTRUMENTS OF PROFESSIONAL SERVICE, ARE AND SHALL REMAIN THE PROPERTY OF BROAD REACH. THESE DOCUMENTS ARE NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECTS OR PURPOSES, OR BY ANY OTHER PARTIES, THAN THOSE PROPERLY AUTHORIZED BY CONTRACT, WITHOUT THE EXPRESS AUTHORIZATION OF BROAD REACH.
3 1 Invitation to Bid RFP for FIRE ALARM CABLE INSTALLATION Sealed bids, in triplicate, plainly marked, "Sealed Bid RFP for Fire Alarm Cable Installation" will be received until 4:30 p.m., prevailing time, August 16, 2005, at the office of the Purchasing Agent, Room 202, City Hall, Cranston, R.I. At 5:30 p.m. they will be opened publicly at a meeting of the Board of Contract and Purchase, Third Floor, City Hall. Copies of specifications must be obtained at the above office on and after August 4, 2005 between the hours of 8:30 a.m. and 4:30 p.m. There will be a pre-proposal conference held at 11 AM on August 9, 2005, in the Council Chambers, City Hall, 869 Park Avenue, Cranston, RI.. No bid may be withdrawn for a period of sixty (60) days subsequent to the opening thereof without permission of the Board of Contract & Purchase. This is an evaluated bid with a weighted scale. The winning Bidder will be selected based upon the following selection and evaluation criteria: Cost of Primary Run 20% Cost of Options 20% Time of Delivery 20% Bidder Stability and Experience 20% References 20% Total 100% The City reserves the right to reject any or all bids, waive any informalities in the bidding, or accept the bid deemed to be in the best interest of the City. 2 General Terms and Conditions 1. RECEIPT AND OPENING OF PROPOSALS: Sealed Bids (Proposals) will be accepted and time stamped upon receipt in the office of the Purchasing Agent, City Hall, Cranston, Rhode Island, until the time indicated on the attached Advertisement for Bids, for the commodities, equipment or services listed in the specifications, and will then be publicly opened and read at a meeting of the Board of Contract and Purchase. 2. FORM OF BID: City of Cranston Page 1
4 Proposals shall be submitted in duplicate, on the form provided, with supplemental information, drawings, warranties and other required documentation, literature and material to be provided, with the bid, on the bidders own form. 3. SUBMISSION OF BIDS: a. Envelopes containing bids must be sealed and addressed to the Office of the Purchasing Agent, City Hall, 869 Park Avenue, Cranston, RI, 02910, and must be marked with the name and address of the bidder, date and hour of opening, and name of item in bid call. b. The Purchasing Agent will decide when the specified time has arrived to open bids, and no bid received thereafter will be considered. c. Any bidder may withdraw his bid by written request at any time prior to the advertised time for opening. Telephonic bids, amendments, or withdrawals will not be accepted. d. Unless otherwise specified, no bid may be withdrawn for a period of sixty (60) days from time of bid opening. e. Negligence on the part of the bidder in preparing the bid confers no rights for the withdrawal of the bid after it has been opened. f. Proposals received prior to the time opening will be securely kept, unopened. No responsibility will be attached to an officer or person for the premature opening of a proposal not properly addressed and identified. g. Any deviation from the Specifications must be noted in writing and attached as part of the bid proposal. The Bidder shall indicate the item or part with the deviation and indicate how the bid will deviate from Specifications. 4. RHODE ISLAND SALES TAX: The City is exempt from the payment of the Rhode Island Sales Tax under the 1956 General Laws of the State of Rhode Island, , Paragraph I, as amended. 5. FEDERAL EXCISE TAXES: The City is exempt from the payment of any excise tax or federal transportation taxes. The price bid must be exclusive of taxes and will be so construed. 6. QUALIFICATION OF BIDDERS: The owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work. The bidder shall furnish the City with all such information and data for the purpose as may be requested. 7. ADDENDA AND INTERPRETATIONS: City of Cranston Page 2
5 No interpretation on the meaning of the Plans, Specifications or other Contract Document will be made to any bidder orally. Every request for such interpretations should be in writing, addressed to the Purchasing Agent, Room 202, 869 Park Avenue, Cranston, RI, 02910, and to be given consideration must be received at least seven (7) days prior to the date fixed for the opening of the bids. All questions pertaining to the specifications or proposal procedure should be first directed to the Purchasing Agent. Where information from the Purchasing Agent differs from information from any other source, the information from the Purchasing Agent prevails. The City is not responsible for information obtained from any other source. 8. AWARD OF BIDS: The City reserves the right to award in whole or in part. 9. DELIVERY: All bids are to be FOB various locations within the City of Cranston, delivery to be supplied with the Purchase Order. No extra charges for delivery, handling or other services will be honored. Only inside delivery and set-up, where required, will be accepted. TAILGATE DELIVERIES WILL BE REFUSED. The vendor must notify the City of Cranston 24 hours prior to delivery. All claims for damage in transit shall be the responsibility of the successful bidder. The City will not make payment on damaged goods, they must be replaced or adjustments made at the option of the City. The City of Cranston is only represented by the Division of Contract and Purchase in these matters and that division, or its appointed representative or agent, shall be the only entity to negotiate any settlements. Deliveries must be made during normal working hours. 10. HOLD HARMLESS: The contractor shall be responsible for his work and every part thereof, and for all materials, tools, appliances, and property of every description used in connection therewith. The contractor agrees to indemnify and save harmless the City of Cranston, its employees and agents, against loss or expense by reason of the liability imposed by law upon the contractor, all sub-contractors, or owner for damage because of bodily injuries, including person or persons, or on account of damage to property arising out of or in consequence of the performance of this work whether such injuries to persons or damage to property are due or claimed to be due to any negligence, including gross negligence, of a sub-contractor, the owner, the general contractor, his or their employees or agents, or any other person. Please submit bid proposal page and any brochures in TRIPLICATE. City of Cranston Page 3
6 3 Scope of Work 3.1 General The City of Cranston is seeking qualified contractors to provide the installation of fiber cable to several locations in the City for the purposes of augmenting the existing fire alarm cable. The cable is to be installed on existing poles utilizing the City s rights-ofway for attachments. The contractor will be required to perform the installation and test the cable to assure conformance to specifications. The City may elect to purchase the cable separately or have it supplied by the contractor. In addition, the City may request the contractor, as part of this project, to pull the cable into specified locations and perform terminations. The following map shows the route of the primary installation (12.0 miles 1 ). 1 1 Loop length is a general estimate only, and does not include service loops, provisions for intermediate drops, etc. Vendor is responsible for calculating appropriate cable lengths. City of Cranston Page 4
7 In addition, the City may elect to have the contractor install a second loop (5.3 miles 2 ). The route for this optional installation is indicated on the map below. Note that a portion of this loop will run concurrent to the primary loop (along Scituate Avenue), and the Fire Station at Scituate and Comstock will be connected to both loops. 3.2 Vendor Task List Install 36 strand singlemode fiber cable, to be supplied by the City, along the primary route specified by the map above, leaving service loops at the locations listed below of sufficient length to be brought into the buildings at a future time for termination. Service loops should also be included at regular intervals according to industry standards Highway Department at 929 Phenix Avenue 2 Loop length is a general estimate only, and does not include service loops, provisions for intermediate drops, etc. Vendor is responsible for calculating appropriate cable lengths. City of Cranston Page 5
8 Fire station at intersection of Scituate Avenue and Comstock Parkway Communications tower at 575 Seven Mile Road Testing of installed cable as specified herein. If cable is supplied by the City, testing is to be performed prior to and after cable installation Documentation of installation as specified herein Option: Provide singlemode fiber cable, 8.5/125 nm, OCC BX-36 strand, to be used for the primary installation Option: Install and terminate fiber at the locations listed under above. Unless otherwise approved by the City, cable should be brought in directly to the building and not spliced from the outside pole. Assume both sides of the loop (72 strands total) will be terminated in a fiber cabinet. Contractor will supply a wall mounted fiber cabinet for each location of sufficient size to support future growth (capacity for 144 strands) Option: Install 36 strand singlemode fiber cable along the secondary route as specified by the map above, leaving service loops at the locations listed below of sufficient length to be brought into the buildings at a future time for termination. Service loops should also be included at regular intervals according to industry standards Fire station at intersection of Scituate Avenue and Comstock Parkway Sewer pumping station at 36 Starline Way Communications tower on Cella Lane Orchard Farms School at 1555 Scituate Avenue Option: Provide singlemode fiber cable, 8.5/125 nm, OCC BX-36 strand, to be used for the secondary installation Option: Install and terminate fiber at the locations listed below. Unless otherwise approved by the City, cable should be brought in directly to the building and not spliced from the outside pole. Assume both sides of the loop (72 strands total) will be terminated in a fiber cabinet. Contractor will supply a wall mounted fiber cabinet for each location of sufficient size to support future growth (capacity for 144 strands) Fire station at intersection of Scituate Avenue and Comstock Parkway City of Cranston Page 6
9 Sewer pumping station at 36 Starline Way Communications tower on Cella Lane Option: The City may request additional fiber installation, cabling, and/or building termination at locations not previously specified. If possible, provide unit pricing for additional work as follows. (If it is not possible to provide unit pricing using this breakdown, you may provide an alternate unit pricing breakdown) Singlemode fiber cable, 8.5/125nm, OCC BX-36 strand or approved equivalent, per foot Installation, testing, and documentation of fiber cable on existing utility poles (per foot, per pole, per mile, or similar measure) Termination of fiber cabling into single location. Assume fiber from service loop outside location to be brought into building, with both ends of fiber loop being terminated in fiber cabinet (72 strands total), and include testing and documentation of terminated fibers as specified herein. Include price of lockable, wall mounted fiber cabinet with capacity of 144 strands, and any necessary consumables. 3.3 Vendor Information and Qualifications Vendors must include in their proposal an itemized response to each of the items in Section 1.3. Failure to respond to each item may be a reason to disqualify the response References: The bidder must supply references for three projects that are similar in size and scope to this project. Include contact names and telephone numbers Experience Installing Networks: The bidder must indicate experience with communication networks installation in a wide area environment, especially in Rhode Island. This will help determine the bidder's experience with local building codes and specific requirements in public buildings Bidder must supply names and experience summaries of all key persons to be assigned to this project, such as project managers, supervisors, persons performing fiber terminations, etc. Bidder must list all certifications and licenses held by such individuals. [These certifications will be verified in the field by City staff.] City of Cranston Page 7
10 3.3.4 Bidder must provide information on all relevant certifications held by the firm (e.g., BICSI certification) Bidder must provide a list of the tools used to perform all cable installation and testing required in this solicitation. Vendor must state how many of each tool is owned by the firm Bidder must identify any portions of the project that will be subcontracted to another entity for completion (i.e. cable installation, fiber terminations, etc.). Subcontractors must be identified by company name, and references provided Provide an estimate of the duration of the project, and identify the human resources that will be allocated to the project (i.e., a 2 person crew for 2 weeks for terminations, etc.). Include the time required to order and obtain the cabling and equipment necessary to complete the work (for options where contractor will be providing the cable and/or performing terminations) The City requires, at a minimum, a 15-year manufacturer s warranty on materials and performance of the fiber cabling system. Vendor shall detail the terms of this warranty with their bid response. Include manufacturer validation/registration procedures The City also requires that the Contractor warrant the remaining system components and installation labor, for a period of 12 months Bidder must provide, for approval by the City, the name and version of the CAD software package that will be used to develop the As-Built diagrams that are a deliverable on this project Bidder will provide the response time of vendor personnel to respond to a service call placed by City personnel to address a warranted component. Response time is calculated from the time the call is placed and received by the bidder until the time the bidder's personnel arrive at the work site. 4 Installation Practices 4.1 General Requirements Where appropriate, owner's representative(s) will verify vendor trade license and audit certified payrolls for prevailing wage conformance The vendor must possess a valid Rhode Island Telecommunications Systems Contractor license and all employees working on this job must City of Cranston Page 8
11 possess the appropriate Rhode Island Telecommunications license for the level of work they are performing The vendor must be certified by the manufacturer to install the products and components used on this project It is the responsibility of each bidding vendor to read and understand the requirements of the entire bid document and any appendices or forthcoming addenda as it will be incorporated into the contract documents Maps of cable routes, building locations, and cable run lengths within this RFP are estimates and included for reference purposes only. The contractor is required to perform a site visit to determine the detailed information necessary to provide an accurate response The bidder is responsible for obtaining all federal, state, and municipal permits and inspections as mandated by law, with the exception of the rights-of-way for attachment to the utility poles, which the City will obtain Vendor will submit, for approval by the City, specification sheets for all materials used under this project. Any materials used without prior approval may have to be replaced at the vendor's expense without jeopardizing the project schedule All work on this project must conform to all applicable Federal, State of Rhode Island and Providence Plantations, City of Providence and all local laws, ordinances and to the regulations of the local utility companies. Specifically, the work and materials must be in accordance with the most recently updated requirements of the National Bureau of Fire Underwriters, Occupational Safety & Hazards Administration (OSHA), the National Electrical Code and the recommendation of Bell System Practice and the requirements listed in the table below: Standard EIA/TIA 568A, CSA T529 IEEE 803.3z EIA/TIA 569, CSA T530 EIA/TIA 606, CSA T528 EIA/TIA 607, CSA T527 EIA/TIA TSB36 Description Building Wiring Standard for Gigabit Ethernet over Optical Fiber Pathways and Spaces Administration Grounding and Bonding Cable Transmission Characteristics City of Cranston Page 9
12 EIA/TIA TSB40 TSB72 TSB75 NEC Handbook Including but not limited to: NEC , NEC NEC Conduit Fill ASTM E-814 Connecting Hardware Optical Fiber Guidelines Cabling Practices for Open Spaces Firestopping material meeting this standard In the event that a conflict or interpretive difference occurs between the EIA/TIA documents and the BICSI Telecommunications Distribution Methods Manual, the EIA/TIA 568 and 569 documents shall prevail The Licensee shall adhere to all requirements of the most recent edition of the National Electrical Safety Code (NESC) and the Manual of Construction Procedures (Blue Book), published by Telcordia Technologies Inc Contractor shall coordinate closely with the City s project manager for all activities, and especially those that may have / cause impact on the existing data network. 4.2 Cable and Termination Specifications Fiber will be installed on poles utilizing the City s existing rights-of-way for attachment. Cable shall be lashed to the existing messenger for the fire alarm cable Contractor shall leave service loops at the desired locations as described previously in this RFP, and at regular intervals according to industry standards. Contractor should specify the recommended length and interval of service loops in the response Splices should be kept to a minimum. Any splices that are required shall be fusion spliced unless otherwise approved by the City s Project Manager. No single splice shall exceed 0.1dB loss For in-building termination options, Contractor will furnish and install Corning/Siecor UniCam SC connectors or approved equivalent. Contractor shall provide all consumables and equipment associated with installing the connectors. The City must approve any substitutions in writing. City of Cranston Page 10
13 4.2.5 For in-building termination options, new fiber cable cabinets shall be wall mounted at each location. If there is an existing fiber cabinet or related networking equipment already installed within the building, the new cabinet should be mounted in close proximity to the existing equipment. Contractor shall provide fiber cabinets that have a capacity of 144 fibers The cabinets should be lockable to prevent any access to the fiber without a key. Contractor must submit samples of any fiber cabinets to be used on this job. The City s Project Manager must approve cabinet selection Contractor shall not exceed bend radius specifications of the fiber manufacturer when installing fibers. 5 Testing and Documentation Requirements 5.1 General All testing specified herein is to be documented. Date, time, technician, test set identifier and, for OTDR tests, the technician and the witness are to be logged. The test log file is one of the deliverables required for system acceptance and job completion certification Hard copy and magnetic versions of all test results are to be provided. Vendor shall also keep a copy of all test records. Owner must approve format of electronic copy While progress payments may be approved as appropriate, the final payment shall not be processed until the set of As-Built diagrams, attenuation test results, and the Letter of Guarantee/ Warranty are received and accepted by the City Bandwidth testing should be provided for all fiber cable. Factory test documentation from the individual reels is acceptable All fiber optic cabling shall be tested using EIA 455 Standard Test Procedures for Fiber Optic Fibers, Cables, Transducers, Connecting and Terminating Devices The installing contractor will be responsible for the integrity of the fiber optic cable upon completion of the installation. For this reason, the installing contractor shall OTDR test all strands of fiber optic cable at the following points: Upon delivery of fiber to contractor, perform OTDR tests to document the condition of the fiber (this condition applies only to City of Cranston Page 11
14 the case where the City is providing the fiber to be installed by the contractor) Upon completion of the cable installation (and any optional terminations) by the contractor In addition to the OTDR tests above, Insertion loss testing, in both directions (FOTP-171) shall be performed on all terminated fibers. The City will require re-termination of any connectors whose loss exceeds standard practice tolerances or manufacturers specifications Fiber Optic counts, run lengths, and attenuation test results are to be entered into Microsoft Excel compatible spreadsheet format by the bidder and delivered on disk or CD as part of the deliverables All OTDR trace results shall be delivered in a binder, with each strand and location clearly identifiable, for acceptance by the City. City of Cranston Page 12
15 Request for Proposal Fire Alarm Cable Installation Bidder s Blank Description Unit Price Extended Installation of cable (primary loop) $ $ Testing and documentation (primary loop) $ $ Total cost, primary loop installation/testing $ Option: OCC BX-36 Single Mode Fiber Optic Cable (primary loop) $ /ft $ Specify recommended length, and interval, of service loops, Option: In-building fiber terminations for primary loop Highway Dept 929 Phenix Ave. Fire Station Scituate Ave/Comstock Pkwy Communications Tower 575 Seven Mile Road Lockable, wall mount fiber cabinet, capacity 144 strands $ ea $ Additional materials/consumables Installation/termination Testing/documentation Total cost, in-building termination for primary loop $ /site $ $ /site $ $ /site $ $ Option: Installation of cable (second loop) $ $ Testing and documentation (second loop) $ $ Total cost, second loop installation/testing $ City of Cranston Page 13
16 Option: OCC BX-36 Single Mode Fiber Optic Cable (second loop) Option: In-building fiber terminations for second loop Fire Station Scituate Ave/Comstock Pkwy Communications Tower Cella Lane Sewer Pumping Station 36 Starline Way $ /ft $ Lockable, wall mount fiber cabinet, capacity 144 strands $ ea $ Additional materials/consumables Installation/termination Testing/documentation Total cost, in building termination for second loop $ /site $ $ /site $ $ /site $ $ Option: Unit pricing for additional work OCC BX-36 Single Mode Fiber Optic Cable Installation, Testing, Documentation of additional cable on existing poles In-building installation, termination, testing, documentation (using requirements as specified) $ /ft $ per $ /site Additional/Alternate unit pricing may be specified below. Please adjust the form as necessary. City of Cranston Page 14
17 Appendix A CITY OF CRANSTON, RHODE ISLAND CHARTER (SECTION DIVISION OF CONTRACT AND PURCHASE) (A) (B) The division of contract and purchase shall consist of the purchasing agent who shall be the head of the division, and such other employees as may be provided by ordinance, from time to time. The purchasing agent shall be a person skilled in the areas of governmental or private business purchasing and property control and accountability and he/she shall have such other skills as the city council may from time to time require by ordinance. He/she shall be appointed for an indefinite term by the Director of Finance as provided in Sec The Board of Contract and Purchase shall consist of the following members: 1) The Director of Public Works. 2) The Director of Finance. 3) The president of the council or his designee. 4) One (1) member of the minority party of the council to be appointed in the month of January of each year by the minority leader of the council or if there be no such a minority member of the council then the appointment shall be made by the city chairman of the political party whose endorsed candidate for a city wide council seat received the most votes next after the lowest number of votes cast by the electorate for a successful candidate for a city wide council seat in the preceding election or his designee. 5) Two (2) private citizens, who shall be persons skilled in governmental or private business purchasing and property control and accountability appointed in the month of January of each year by the leader of the majority party in the council. 6) One (1) private citizen, who shall be a person skilled in governmental or private business purchasing and property control and accountability, appointed in the month of January of each year by the council minority leader or if there be no such a minority member of the council then the appointment shall be made by the city chairmen of the political party whose endorsed candidate for a city wide council seat received the most votes next after the lowest number of votes cast by the electorate for a successful candidate for a citywide council seat in the preceding election or his designee. Any vacancy on the Board of Contract and Purchase shall be filled in the same manner as the original appointment for the remainder of the unexpired term. C) The Board of Contract and Purchase shall meet at least twice a month and such meetings shall be held no earlier than 5:00 p.m. Eastern Standard Time and its agenda shall be advertised in a paper of local circulation at least one (1) week prior to the meeting. The exact time, date, place and conduct of said meetings shall be specified by ordinance. All meetings of the Board of Contract and Purchase shall conform in all respects to the State of Rhode Island Open Meetings Law. D) All contracts awarded by the Board of Contract and Purchase must contain a starting date and a termination or completion date. Any contract which does not have a starting date or termination or completion date shall be void. No contract awarded by the Board of Contract and Purchase shall be extended past its termination date or completion date unless an extension is granted by the Board of Contract and Purchase at a regularly scheduled meeting of the Board. Any contract extended past its termination or completion date without a proper vote of the Board shall be void. E) No contract awarded by the Board of Contract and Purchase shall be extended or amended if the result of said extension or amendment is to materially alter the terms of the original contract. A material alteration for the purposes of this section is an alteration or extension of a contract which increases the original contract amount by more than fifteen (15%) percent. Any contract which the Board wishes to materially alter must be rebid pursuant to the terms and conditions set forth in Section 7.09 of this Charter for awarding contracts. Any contract which is materially altered and City of Cranston Page 15
18 which has not been rebid is void. F) All bid packages or Request for Proposals issued by the Purchasing Agent, the Board of Contract and Purchase, the various Departments or Divisions of City Government or any Board or Commission created by Charter or Ordinance shall include in their bid packages or Request for Proposals a copy of this section, Section 7.07 entitled, Division of Contract and Purchase. All bidders who receive a bid package or a Request for Proposal and bid shall be presumed to know that any contract which violates any provision of this section is void. G) Any contract which violates the provisions of this section shall be deemed void and the City Solicitor at the direction of the Mayor or City Council, by a majority vote of the council, shall commence suit to recover all moneys expended by the city pursuant to the terms of said void contract. (Reso. No , , approved at referendum ). <End RFP> City of Cranston Page 16
THE 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 informationTHE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS RETIREMENT PLAN ADVISORY SERVICES CONTRACT #14-4. April 2014
THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS RETIREMENT PLAN ADVISORY SERVICES CONTRACT #14-4 April 2014 Earl J. Croft III, Executive Director Rhode Island Turnpike and Bridge Authority
More 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 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 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 informationTOWN OF GLOCESTER IFB-2015-05 Police Station Phone System Replacement
Sealed bids, in quadruplicate, plainly marked Sealed Bid IFB 2015-05 PHONE SYSTEM REPLACEMENT will be received until 2:00 p.m. prevailing time, June 1, 2015 at the Office of the Treasurer, Town of Glocester,
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 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 informationTHE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G-2015-01 Architectural Services RIDE 5 Year Capital Plan
The Glocester School Department is accepting sealed proposals for Architectural Services RIDE 5 Year Capital Plan. Proposals for Architectural Services -RIDE 5 Year Capital Plan are due at the Treasurer
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 informationRFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE
SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE Due on or before 11:00 A.M. ON FRIDAY, MARCH 7, 2014 at the: OFFICE OF THE PURCHASING COORDINATOR CENTRAL OFFICE WESTON
More informationPURCHASING DIVISION 3275 POST ROAD WARWICK, RHODE ISLAND 02886 TEL. (401) 738-2000, ext. 6240 FAX (401) 737-2364 CITY OF WARWICK BIDS REQUESTED FOR
CITY OF WARWICK PURCHASING DIVISION 3275 POST ROAD WARWICK, RHODE ISLAND 02886 TEL. (401) 738-2000, ext. 6240 FAX (401) 737-2364 SCOTT AVEDISIAN MAYOR PATRICIA A. PESHKA PURCHASING AGENT The following
More informationRequest for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement
Request for Proposal City of Monrovia Case Management, Facilities Management and Work Order Application Replacement City of Monrovia Information Systems Division January 2, 2014 Responses Due January 27,
More informationRFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM
REQUEST FOR QUOTATION City of Norfolk (Please include your company name and address below) Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM Mail or fax reply to: Office of the Purchasing Agent Attn:
More 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 informationNEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,
More informationCITY 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 informationISLAMORADA, VILLAGE OF ISLANDS FLORIDA. REQUEST FOR QUOTES for NEW HVAC UNITS (RFQ-16-11) May 11, 2016
ISLAMORADA, VILLAGE OF ISLANDS FLORIDA REQUEST FOR QUOTES for NEW HVAC UNITS May 11, 2016 Islamorada, Village of Islands Village Administrative Center 86800 Overseas Highway Islamorada, Florida 33036 ISLAMORADA,
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 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 informationAT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.
Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott
More 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 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 informationTOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM
TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM BID NUMBER: 12-07 BID OPENING: 2:30 P.M. October 27, 2011 LOCATION: Purchasing Office, Groton Town Hall ADDRESS: 45 Fort Hill Road, Groton, CT 06340
More informationCOUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice
More informationTown of Maiden. Request for Proposals For Sign Replacement Project
Town of Maiden 19 N. Main Avenue Maiden, NC 28650 (828) 428-5000 Request for Proposals For Sign Replacement Project Section I Introduction and Intent of RFP: Pursuant to the General Statutes of North Carolina
More informationInvitation to Bid FIRE ALARM & DETECTION SYSTEM
Invitation to Bid FIRE ALARM & DETECTION SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066
More informationPROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )
PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list
More 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 informationORDINANCE NO.------- THE PEOPLE OF THE CITY OF LOS ANGELES DO ORDAIN AS FOLLOWS:
ORDINANCE NO.------- An ordinance authorizing the award of one design-build contract for the decommissioning, disablement, demolition and removal of Scattergood Generating Station Unit 3 pursuant to a
More informationPROPOSALS REQUESTED THE TOWN OF OLD ORCHARD BEACH POLICE DEPARTMENT FOR IP-BASED VOICE COMMUNICATION SYSTEM
PROPOSALS REQUESTED BY THE TOWN OF OLD ORCHARD BEACH POLICE DEPARTMENT FOR IP-BASED VOICE COMMUNICATION SYSTEM The Town of Old Orchard Beach will receive sealed bids for an IP based phone system. The project
More informationTo receive consideration, bids must be submitted in accordance to the following instructions:
CITY OF COOS BAY Invitation to Bid For On Call Plumbing Services The City of Coos Bay is soliciting bids to contract with up to two qualified licensed plumbing contractors to perform a full range of as
More informationSARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department
SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement
More informationREQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES
REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES LEGISLATIVE COUNCIL SERVICE 411 STATE CAPITOL SANTA FE, NEW MEXICO 87501 (505) 986-4600 ISSUE DATE: June 19, 2015 NOTICE The
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 informationMANCHESTER WATER WORKS REQUEST FOR PROPOSALS FOR WATER ASSET MANAGEMENT SOFTWARE AND SERVICES RFP #FY15-804-64
FY15-804-64 MANCHESTER WATER WORKS REQUEST FOR PROPOSALS FOR WATER ASSET MANAGEMENT SOFTWARE AND SERVICES RFP #FY15-804-64 FY15-804-64 Invitation to Propose 2 Part 1 - Instructions to Proposers 1.1. Receipt
More informationSolicitation Information February 26, 2016
Solicitation Information February 26, 2016 RFP#7550347 TITLE: SEARCH FOR AFFORDABLE CARE ACT TAX REPORTING SOLUTION Submission Deadline: Monday, March 21, 2016 @ 11:30 AM (Eastern Time) Questions concerning
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 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 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 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 informationNOTICE 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 informationRequest for Proposal. Replacement or Addition of Case Management, Facilities Management, Asset Management and Work Order Applications
Request for Proposal Replacement or Addition of Case Management, Facilities Management, Asset Management and Work Order Applications City of Monrovia Information Systems Division March 5, 2015 Responses
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 informationRequest for Proposal No. 15-01 Moving Services
Request for Proposal No. 15-01 Moving Services March 30, 2015 Closing Location Main Switchboard Peterborough County-City Health Unit 10 Hospital Drive, Peterborough, ON K9J 8NM1 Closing date and time Responses
More informationRequest For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas
Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation
More 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 informationCity of Statesboro. Request for Qualifications: Life Insurance Brokerage Services
City of Statesboro Request for Qualifications: Life Insurance Brokerage Services The City of Statesboro is requesting sealed qualifications for the provision of life insurance brokerage services for a
More informationREQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT
REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect
More informationHow To Build A Data Backup System In Town Of Trumbull
TOWN OF TRUMBULL, CONNECTICUT GENERAL INSTRUCTIONS TO BIDDERS The Town of Trumbull, Connecticut (hereinafter referred to as Town), through the Office of the Purchasing Agent, will accept sealed bids from
More informationInvitation for Bid Sewer Repair Project
Invitation for Bid Sewer Repair Project Section 1 History, Objective, Required Services, and Specifications Objective Repair/Replace a collapsing sewer line consisting of terra cotta clay and concrete.
More informationAGREEMENT FOR PROFESSIONAL DESIGN SERVICES
AGREEMENT FOR PROFESSIONAL DESIGN SERVICES This Professional Design Services (this "Agreement"), made as of 20 by and between the University of Cincinnati (the "University") by the Division of Administration
More informationPurchases from $750 $1,500 requires 3 Verbal Quotes. Purchases from $1,501 $24,999 requires 3 Written Quotes
Introduction A Guide for Contractors and Suppliers The Purchasing Office should be your first point of contact with the County. Our role is to bring together users and suppliers to ensure that the County
More informationINFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA
INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA BETH ANN STROHL PURCHASING AGENT JUDY SNYDER BUYER MARGARET WELLS BUYER KEITH PUDLINER PURCHASING CLERK City of Allentown Purchasing Office 435 Hamilton
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 informationNOLENSVILLE 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 informationCITY 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 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 informationRequest for Proposal Permitting Software
Request for Proposal Permitting Software Date Issued: October 7, 2015 Proposals Due no later than: 2:00pm EST on November 10, 2015 Page 1 of 10 Revised 10/5/2015 TABLE OF CONTENTS Section I Introduction
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 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 information2014 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 informationREQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT
REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT PREPARED BY: EXETER FIRE DEPARTMENT 20 COURT STREET EXETER NH 03833 TABLE OF CONTENTS PAGE INVITATION
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 information5. Preparation of the State and Federal Single Audit Reports.
THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the
More informationHow 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 informationCONTRACT DATA SHEET TELEPHONE/DATA INSTALLATION & REPAIR CONTRACT #: 1015-14 CONTRACT DATES: 12/16/14-11/30/15
CONTRACT DATA SHEET Monroe County Division of Purchasing 200 County Office Building, Rochester NY 14614 TITLE: TELEPHONE/DATA INSTALLATION & REPAIR CONTRACT #: 1015-14 CONTRACT DATES: 12/16/14-11/30/15
More informationCity of Kirkland. Request for Proposal. Property Management Services City of Kirkland Rental Properties. Job # 56-15-FAC
City of Kirkland Request for Proposal Property Management Services City of Kirkland Rental Properties Job # 56-15-FAC Issue Date: September 17, 2015 Due Date: October 1, 2015 REQUEST FOR PROPOSALS The
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 informationHigh Speed Internet Deployment In the Back of the Yards Neighborhood
High Speed Internet Deployment In the Back of the Yards Neighborhood For Back of the Yards Neighborhood Council 1 P a g e Table of Contents 1 General Invitation to Respond... 4 2 General Terms and Conditions...
More informationSmall Public Work Contract
City of Bellevue 450 110 th Ave. NE Bellevue, WA 98004 Small Public Work Contract City of Bellevue Contract Identification Information: Contract Title: This CONTRACT is entered into the date
More 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 informationDuring the performance of this contract, the contractor, for itself, its assignees and successors in interest agrees as follows:
CONTRACT FORM CONTRACT # This Contract, made and entered into this day of, 20, by and between the State of Nevada Department of Transportation, hereinafter called the Department, and (Contractor Name and
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 informationDepartment: Public Works. Presented By: Michael J. Michael, City Engineer
CITY OF SHELTON COMMISSION BRIEFING REQUEST (Please Use Bolded Information Inserts) Touch: Feb 17, 2015 Brief: Feb 23, 2015 Action: Mar 2, 2015 Department: Public Works Presented By: Michael J. Michael,
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 PROPOSALS FOR DISASTER DEBRIS MONITORING SERVICES DIXIE COUNTY, FL
REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING SERVICES DIXIE COUNTY, FL Dixie County, FL is seeking proposals from qualified firms interested in providing Disaster Debris Monitoring Services within
More informationCompetitive Bid Request for Proposal Re-Keying Project Fairfield & Alfond Campuses
Competitive Bid Request for Proposal Re-Keying Project Fairfield & Alfond Campuses 1.0 Overview and Objectives Kennebec Valley Community College (KVCC) is requesting proposals from experienced and qualified
More informationRequest for Proposal NORTEL TELEPHONE SYSTEM MAINTENANCE SERVICES. Luzerne County Information Technology Department LUZERNE COUNTY PENNSYLVANIA
Request for Proposal NORTEL TELEPHONE SYSTEM MAINTENANCE SERVICES Reference # 11162012RFP1ITD Luzerne County Information Technology Department LUZERNE COUNTY PENNSYLVANIA DUE DATE: 4:00 PM, Wednesday,
More informationAC Proposal Texarkana Regional Airport Airport Operations Director 201 Airport Drive Texarkana, AR 71854
I. INTRODUCTION This solicitation is being offered by Texarkana Airport Authority. The Airport is a public entity owned by the Cities of Texarkana, AR and Texarkana, TX. Funding for this project is being
More informationAIA Document A310 TM 2010
AIA Document A310 TM 2010 Bid Bond CONTRACTOR: OWNER: «Lane County» «125 East Eighth Avenue BOND AMOUNT: $ PROJECT: (Name, location or address, and Project number, if any) «Lane County Adult Corrections
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 informationLake County, Oregon Request for Proposal VoIP Telephone Communications System
Lake County, Oregon Request for Proposal VoIP Telephone Communications System Issue Date: April 5, 2012 Due Date: 5 p.m. (Pacific Standard Time), May 11, 2012 REQUEST FOR PROPOSALS Notice is hereby given
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 informationCHAPTER 7 PUBLIC WORKS LAW
7-1 CHAPTER 7 PUBLIC WORKS LAW GENERAL PROVISIONS The "Public Works Law" [IC 36-1-12] applies to all public work performed or contracted by political subdivisions and their agencies. Any public work performed
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 informationPINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS
PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS Point to Point Leak Detection Survey RFP # 2014-02 PROPOSAL OPENING DATE July 26, 2013 3:00 PM REQUEST
More informationSAMPLE REQUEST FOR PROPOSALS TEMPLATE
SAMPLE REQUEST FOR PROPOSALS TEMPLATE Request for Proposals (RFP) For: [Title of RFP Project] Note: This sample is for a fabrication type of RFP. [RFP ID #] Issued: [Date] Submission deadline: [Time/Date]
More informationREQUEST 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 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 PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT
REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT WOODY WHITE, CHAIRMAN BETH DAWSON, VICE-CHAIRMAN JONATHAN BARFIELD, JR. BRIAN BERGER THOMAS WOLFE CHRIS COUDRIET, COUNTY
More informationRequest for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015
Request for Proposal Internet Access Satilla Regional Libraries Erate Funding Year July 1, 2014 through June 30, 2015 January 2013 Page 1 REQUEST FOR PROPOSAL Internet Access Satilla Regional Library The
More informationREQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT
REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT Joliet Junior College Request for Proposal INFORMATION SECURITY PENETRATION ASSESSMENT RFP Opening MAY 22, 2013 @ 2:00P.M. Background
More informationREQUEST FOR PROPOSALS (RFP) FOR FINANCIAL ADVISORY SERVICES
REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL ADVISORY SERVICES Appointment to the NJ Tobacco Settlement Financing Corporation Credit Enhancement Transaction Winter 2014 Issued by the State of New Jersey Treasurer
More informationRequest for Proposals For WORKFORCE DIVERSITY PARTICIPATION MONITORING SERVICES 400-420 CARRIE AVENUE PROJECT PHASE 1
Request for Proposals For WORKFORCE DIVERSITY PARTICIPATION MONITORING SERVICES 400-420 CARRIE AVENUE PROJECT PHASE 1 Proposals must be received no later than 4:00 p.m. CST APRIL 2, 2014 ABSOLUTELY NO
More informationMARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.
MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day
More informationREQUEST FOR PROPOSAL (RFP) BID# 7548495 MARINA AND LAND LEASE MANAGEMENT SYSTEM. SUBMISSION DEADLINE: Tuesday, April 15, 2014 at 11:00 AM (ET)
REQUEST FOR PROPOSAL (RFP) BID# 7548495 MARINA AND LAND LEASE MANAGEMENT SYSTEM SUBMISSION DEADLINE: Tuesday, April 15, 2014 at 11:00 AM (ET) PRE-BID CONFERENCE: NO YES Mandatory: NO YES: Any vendor who
More informationLUZERNE COUNTY ADVERTISEMENT PUBLISHED BY ORDER OF ROBERT C. LAWTON COUNTY MANAGER LUZERNE COUNTY DIVISION OF CORRECTIONS LUZERNE COUNTY PENNSYLVANIA
LUZERNE COUNTY ADVERTISEMENT PUBLISHED BY ORDER OF ROBERT C. LAWTON COUNTY MANAGER Request for Proposal LUZERNE COUNTY DIVISION OF CORRECTIONS LUZERNE COUNTY PENNSYLVANIA For the period beginning January
More informationCITY 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 informationINSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS
INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may
More information