CITY OF LODI COUNCIL COMMUNICATION
|
|
|
- Cory Kelley
- 10 years ago
- Views:
Transcription
1 AGENDA ITEM TM CITY OF LODI COUNCIL COMMUNICATION AGENDA TITLE: Approve Request for Proposal and Authorize Advertisement for Installation, Maintenance and Monitoring of a Comprehensive Security System for Electric Substations (EUD) MEETING DATE: May 6,2009 PREPARED BY Electric Utility Director RECOMMENDED ACTION: BACKGROUND INFORMATION: Approve a request for proposal and authorize advertisement for installation, maintenance and monitoring of a comprehensive security system for electric substations. McLane, Killelea and Industrial substations are unmanned and operated remotely. Adequate and properly monitored video and audible security systems are important to reduce theft and vandalism. In October 2008, for example, intruders broke into Killelea Substation on two occasions, most likely to steal copper. McLane Substation is presently secured only by its perimeter fence. Killelea and Industrial substations have audible alarms but no surveillance video cameras. EUDs Dispatch Center (adjacent to Henning Substation) is equipped with video and audio surveillance equipment, but needs modifications to its existing interfaces and configuration. The existing substation alarms and monitoring are provided by Alamo Alarm Company, Inc. The request for proposal will cover the provision of security-related equipment, devices, recorders, fiber optic connectors, accessories, labor, materials and related supplies as described in the Scope of Work. It also includes the submittal of schematic and wiring diagrams, programming, configuration, test, commissioning and fine-tuning of the entire substation security system. Remote security devices will be interfaced with the existing Remote Terminal Units (RTU s) in the respective substations, transported to the Dispatch Center via EUDs fiber optic loop and monitored through the new Survalent SCADA System. A copy of the comprehensive RFP is attached. For purposes of safety, theft deterrence and protecting the critical assets of the City of Lodi electric distribution system, staff is requesting City Council approval of this RFP and authorization to advertise for the installation, maintenance and monitoring of surveillance camera systems and accessories in EUDs substation facilities. Although vandalism and theft losses may cost less than $60,000, the potential loss of service to customers can be far more costly. FISCAL IMPACT: Estimated installation cost is $60,000. Monthly maintenance and monitoring will be approximately $750 per month. APPROVED: Blair w, City Manager
2 Approve Request for Proposal and Authorize Advertisement for Installation, Maintenance and Monitoring of a Comprehensive Security System for Electric Substations (EUD) May 6,2009 Page 2 of 2 FUNDING AVAILABLE: Fiscal Year Budget Account No with transfers from for the installation cost. Monthly fees will be funded under Account No Electric Utility Director PREPARED BY Demy Bucaneg, Jr., P.E., Assistant Electric Utility Director G FMIDBff st
3 CITY COUNCIL LARRY D. HANSEN, Mayor PHIL KATZAKIAN, Mayor Pro Tempore SUSAN HITCHCOCK BOB JOHNSON JOANNE MOUNCE CITY OF LODI ELECTRIC UTILITY DEPARTMENT GEORGE F. MORROW, DIRECTOR 1331 S HAM LANE LODI, CALIFORNIA (209) FAX (209) BLAIR KING, City Manager RANDI JOHL, City Clerk D. STEPHEN SCHWABAUER, City Attorney May 7, 2009 To Prospective Proposers Subject: Request for Proposals (RFP) for Installation, Maintenance, and Monitoring Services of Surveillance Camera Systems and Accessories in McLane, Killelea, and Industrial Substations The City of Lodi hereby invites sealed proposals to provide and install surveillance camera systems and accessories in McLane, Killelea, and Industrial Substations; an alarm system in McLane Substation; a video recorder and monitoring screen in the dispatch center at 1331 S. Ham Lane, Lodi, California, as well as a five-year contract for the maintenance and monitoring of the surveillance camera systems and accessories. Each proposal shall be in accordance with this notice and specifications on file and available from the Engineering & Operations Division, City of Lodi Electric Utility Department, 1331 South Ham Lane, Lodi, California 95242, (209) No proposal will be considered unless it is submitted on a format according to the ORGANIZATION OF PROPOSAL Section of this RFP document. Sealed proposals shall be delivered to the Budget Manager at the Finance Department, 310 West Elm Street, Lodi, CA (P.O. Box 3006, Lodi, CA ) on or before Friday, May 15, 2009, at 11:00 a.m. At that date and hour said sealed proposals will be publicly opened and read in Public Works Department, City Hall, 221 West Pine Street, Lodi, California. Proposers or their authorized representatives are invited to be present. Please submit a detailed proposal and your standard service agreement for review and approval. If there are any questions regarding this RFP you may contact me at (209) , by at [email protected] or Weldat Haile of my staff at (209) , by at [email protected]. Arrangements for site inspection may be made by calling Mr. Haile at least 24 hours in advance of planned inspection. Demetrio S. Bucaneg, Jr. -PE Assistant Electric Utility Director Engineering & Operations Division City of Lodi Electric Utility Department
4 Request for Proposals For INSTALLATION, MAINTENANCE, AND MONITORING SERVICES OF SURVEILLANCE CAMERA SYSTEMS AND ACCESSORIES IN McLANE, KILLELEA, AND INDUSTRIAL SUBSTATIONS The City of Lodi hereby invites sealed proposals to provide and install surveillance camera systems and accessories in McLane, Killelea, and Industrial Substations; an alarm system in McLane substation; a video recorder and monitoring screen in the dispatch center at 1331 S. Ham Lane, Lodi, California, as well as a five-year contract for the maintenance and monitoring of the surveillance camera systems and accessories. BACKGROUND In October 2008, intruders broke into Killelea Substation in two occasions. McLane, Killelea and Industrial Substations are unmanned and operated remotely. The absence of adequate and properly monitored security systems makes those facilities vulnerable to theft and vandalism. Presently, only Henning Substation is equipped with these security system requirements and needs only minor modifications in its existing interfaces and configuration. Killelea and Industrial Substations are equipped with audio security systems/alarm system, but not with video security systems. The existing alarm systems in the three substations (Killelea, Henning and Industrial) and in the Municipal Service Center (MSC) facilities, and the video security system in Henning Substation were furnished and being monitored by Alamo Alarm, Inc. McLane Substation is presently secured only by its perimeter fence, and has neither alarm systems nor video security system. Video and audio security systems are needed in these substation facilities. Planned security systems will include the installation of a video recorder and screen to monitor events in the substations from the Dispatch Center. A redundant system will also be installed in the alarm company s office. Security devices and appurtenances will be mounted on poles, structural beams, and walls in the substations and dispatch center. EUD will prepare the supporting structures for the security devices, the underground substructures for power and communication cables. The successful bidder shall be responsible for the mounting of required security devices and to pull the required power and communication cables, and terminate them properly in their respective terminals, including the fiber optic connections and termination. Furthermore, the successful bidder shall be responsible for programming, configuration, testing and commissioning of the whole security system and coordination with EUD staff. SCOPE OF WORK The request for proposal will include but not limited to: 1. Provide and install two (2) outdoor Vandal-Resistant Day/Night speed dome camera systems with 36X optical/10x digital and 127 presets or equivalent; one (1) fused power supply with stand-by batteries for the cameras; four (4) bi-directional fiber optic transceivers 340 coax/cat-5 wire in Killelea Substation. Provide a five-year contract of monthly service charges for maintenance and monitoring of the security system in the substation. It is required that the installation and the monthly service charges be provided separately. All required documents helpful for operation and maintenance such as manuals, schematic and wiring diagrams, etc. shall be provided to the Utility.
5 2. Provide and install two (2) outdoor Vandal-Resistant Day/Night speed dome camera systems with 36X optical/10x digital and 127 presets or equivalent; one (1) fused power supply with stand-by batteries for the cameras; four (4) bi-directional fiber optic transceivers 340 coax/cat-5 wire in Industrial Substation. Provide a five-year contract of monthly service charges for maintenance and monitoring of the security system in the substation. It is required that the installation and the monthly service charges be provided separately. All required documents helpful for operation and maintenance such as manuals, schematic and wiring diagrams, etc. shall be provided to the Utility. 3. a. Provide and install two (2) outdoor Vandal-Resistant Day/Night speed dome camera systems with 36X optical/10x digital and 127 presets or equivalent; one (1) fused power supply with stand-by batteries for the cameras; four (4) bi-directional fiber optic transceivers 340 coax/cat-5 wire in McLane Substation. Provide a five-year contract of monthly service charges for maintenance and monitoring of the security system in the substation. It is required that the installation and the monthly service charges be provided separately. All required documents helpful for operation and maintenance such as manuals, schematic and wiring diagrams, etc. shall be provided to the Utility. b. Intrusion Alarm System: Provide and install one (1) Vista 128-BP or equivalent commercial grade digital control panel, one (1) Vista 6160 custom English or equivalent digital keypad, one (1) exterior commercial grade tampered bell box/strobe system, four (4) Takes PB-IN-200HF or equivalent outdoor photoelectric quad beam units, four (4) outdoor towers, four (4) 2-zone device expansion modules, pull and terminate all necessary power and communication cables in McLane Substation. Provide a five-year contract of monthly service charges for maintenance and monitoring of the security system in the substation. All underground substructures shall be prepared by the utility. 4. Provide and install one (1) Infinity XVR-1648 or equivalent video recorder with a minimum one terabyte (1TB) hard drive and CD/RW, twelve (12) American Fiber 3485 or equivalent bi-directional fiber optic transceivers, one (1) Orion 37 LCD CCTV or equivalent monitor with 1366 X 768 resolution, one (1) wall-mount kit for monitor, one (1) Infinity security WTX or equivalent controller, one (1) Minuteman E750 or equivalent UPS back up power system for digital recorder, interface the system with SCADA though RTU in the dispatch center in 1331 S. Ham Lane. Provide a five-year contract of monthly service charges for maintenance and monitoring of the security system in the substation. It is require that the installation and the monthly service charges be provided separately. All required documents helpful for operation and maintenance such as manuals, schematic, and wiring diagrams, etc. shall be provided to the Utility. 5. Provide all schematic and wiring diagrams for both the video and audio security system for each substation and the dispatch center; including the copper and fiber optic connections and terminations that interfaces the devices with the SCADA through RTU. 6. Finally, coordinate the work in programming, configuration, testing and commissioning with Engineering Division of the City of Lodi Electric Utility. This is considered equivalent to the on job training for the operators of the Utility. Erection of supporting structures for the devices of the security systems and underground substructures for the power and communication conductors shall be prepared by the Utility. However, installation of the devices on the supporting structures (poles, frames or walls), providing and preparation of the mounting accessories (mounting brackets, etc.), providing, pulling and termination of the power and communication conductors, including the fiber optic cables, shall be the responsibility of the bidder. The fiber optic communication cables including
6 their redundancy are already networked between the substations and the dispatch center. However, the bidder shall be responsible to extend, splice, and terminate to the required location of security devices in each substation. A drawing showing the location of the security devices and the route of the power and communication conductors for each substation has been prepared by the Utility and can be obtained from the engineering office of the Utility. Prior site visit and discussion with Utility s staff to clearly visualize the requirement of the job is recommended. ORGANIZATION OF PROPOSAL Prospective Proposers are furnished with one request for proposal (RFP) document. Proposals shall follow the following format: A. Providing and installation requirement, and contract condition for maintenance and monitoring services. This section should demonstrate an understanding of the task at hand and include a narrative describing how the bidder would go about the work. This section will also include the methodologies and assumptions in performing the procurement, installation, test & commissioning, and clearly describes the coordination with the Utility staff during the implementation of the whole project. B. Project team Describe the personnel who will carry out the installation, and their respective responsibilities. C. Qualifications Provide a narrative describing how the team as a whole meets the qualifications for the services. Include a list of prior relevant projects, and a contact person to refer. D. Submittals & Report This section should summarize the submittals, of as built drawings of the security systems for each substation and the dispatch center. E. Cost Proposal & Project Schedule Provide the proposed project schedule to commence within 15 days after receipt of Notice to Proceed from the City. It should include in detail the proposed cost in performing the tasks as described in the Scope of Work, and a summarized procurement & installation, maintenance and monitoring service fee and other surcharges, and/or details as appropriate. Note: Refer also to the Additional Terms and Conditions of this request for proposal. F. Signatures - The proposal must be signed with the full name and address of the bidder, by an authorized representative of the company with all the information below. i. Name of company ii. Address iii. Authorized signature iv. Name v. Title vi. Telephone No. vii. Fax No. viii. Date G. Note - The City of Lodi reserves the right to reject any or all proposals, to waive any informality in any proposal, to accept other than the lowest proposal, or not to award the project.
7 PROPOSAL SUBMISSION A. The Budget Manager will receive sealed proposals at the Finance Department, 310 West Elm Street, Lodi, CA (P.O. Box 3006, Lodi, CA 95241) until 11:00 a.m., Friday May 15, B. Proposals shall be submitted under sealed cover, plainly marked Proposal Provide, Installation, Maintenance, and Monitoring Services of Surveillance Camera Systems and Accessories in McLane, Killelea, and Industrial Substations Proposal Opening - May 15, Proposals which are not properly identified may be disregarded. Proposals which are not received by 11:00 a.m., Friday, May 15, 2009 will be returned to the proposer unopened. Proposals shall be submitted as follows: To: Lodi City Council c/o Budget Manager (If delivered by FedEx, UPS, or courier): (If delivered by mail): 310 West Elm Street P O Box 3006 Lodi CA Lodi CA PROPOSAL OPENING A. At 11:00 a.m., Friday, May 15, 2009, or as soon as possible thereafter, sealed proposals will be publicly opened and read in the Public Works Department, City Hall, 221 West Pine Street, Lodi, California. Proposers or their authorized representatives are invited to be present. SELECTION PROCESS Complete proposals will be evaluated based on the information submitted. This will permit a recommendation to the City Council for contract award. The following equally weighted criteria will be used to evaluate submitted proposals: A. The likelihood of the proposed approach to produce the desired results. B. The quality of equipment to be procured. C. Qualifications of the bidder. D. The value offered by the bidder s price in relation to the proposed approach. REJECTION OF PROPOSALS
8 The City of Lodi reserves the right to reject any and all proposals and to solicit new proposals with modified terms and conditions. It also reserves the right to waive any informality in connection with the proposals. CONTRACT AWARD 1. The City of Lodi reserves the right to reject any or all proposals, to waive any informality in any proposal, to accept other than the lowest proposal, or not to award the project. 2. If there will be a tie in the submitted proposals, the tie will be broken by a coin toss, conducted by the Budget Manager. Tie bidders will be notified and may be present. 3. In all circumstances, including receipt of alternative proposals, the City Council reserves the right to select the proposals most advantageous to the City. 4. The award, if made, will be made within forty five (45) days after the opening of the proposals. GENERAL PROVISIONS Responsibility for Damage The City of Lodi, its elected and appointed boards, commissions, officers, agents and employees shall not accept responsibility for any loss or damages that occur during the scope of work to the work or any part thereof; or for any material or equipment used in performing the work; or for injury or damage to any person or persons, either work personnel or the public; for damage to adjoining property arising from or related to Contractor s negligence or willful misconduct during the progress of the work or any time before final acceptance. The Contractor shall indemnify and save harmless the City of Lodi, its elected and appointed boards, commissions, officers, agents and employees from any suits, claims or actions brought by any person or persons for or on account of any injuries or damages sustained or arising out of Contractor s negligent acts, errors or omissions in the performance of the work or in consequence thereof. The City of Lodi may retain as much of the money due the Contractor as shall be considered necessary until disposition has been made of such suits or claims for damages as aforesaid Insurance Requirements for Contractor The Contractor shall provide proof of insurance to be maintained during the life of this contract as listed under General Liability and Automobile Liability coverage listed below. These insurance policies shall protect the Contractor and any subcontractor performing work covered by this contract from claims for damages for personal injury, including accidental death, as well as from claims for property damages, which may arise from Contractor's operations under this contract, whether such operations be by Contractor or by any subcontractor or by anyone directly or indirectly employed by either of them, and the amount of such insurance shall be as follows: 1. COMMERCIAL GENERAL LIABILITY 2. COMPREHENSIVE AUTOMOBILE LIABILITY Per Occurrence $1,000,000 Combined Single Limits $1,000,000 Property Damage Personal & Adv Injury $2,000,000 General Aggregate
9 NOTE: Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.). A copy of the certificate of insurance with the following endorsements shall be furnished to the City of Lodi: a. Additional Named Insured Endorsement with Primary Wording Such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed Boards, Commissions, Officers, Agents and Employees as additional named insured, insofar as work performed by the insured under written contract with the City of Lodi. (This endorsement shall be on a form furnished to the City of Lodi and shall be included with Contractor's policies.) b. Wording: Such insurance as is afforded by the endorsement for the Additional Insureds shall apply as primary insurance. Any other insurance maintained by the City of Lodi or its officers and employees shall be excess only and not contributing with the insurance afforded by this endorsement. c. Severability of Interest Clause The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability. d. Notice of Cancellation or Change in Coverage Endorsement This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the City Attorney, City of Lodi, P.O. Box 3006, Lodi, CA e. Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.). "Claims made" coverage requiring the insureds to give notice of any potential liability during a time period shorter than that found in the Tort Claims Act shall be unacceptable Workers Compensation Insurance The Contractor shall provide proof of and maintain during the life of this contract, Worker's Compensation Insurance for all Contractor's employees employed at the site of the project and, if any work is Subcontracted, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this contract at the site of the project is not protected under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide insurance for the protection of said employees. This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the City Attorney, City of Lodi, P.O. Box 3006, Lodi, CA
10 ADDITIONAL TERMS AND CONDITIONS 1. The successful bidder will schedule within fifteen (15) days from receipt of Notice to Proceed a coordination meeting between the successful bidder and the City of Lodi to start the project. Meeting will be held at the E&O Conference Room, 1331 S. Ham Lane, Lodi, CA Time and duration of meeting will be established coordinated by the successful bidder. 2. The successful bidder shall indemnify and hold harmless the City of Lodi, its officers and employees, from all suits or actions of every name, kind and description brought for or on account of any injuries, damages, and/or costs incurred or sustained by any person or persons, by or from the bidder, in the use or inability to use, sell or dispose of this property. Submission of the bid constitutes bidder s agreement to this and all other sections of this request for proposal. 3. All information, data, diagrams, schematics, equipment and device settings and ratings, object/programming codes, maps, operational/engineering parameters, guidelines and procedures are proprietary to the City of Lodi and shall be kept strictly confidential and shall not be shared and disclosed without any written authorization from the City of Lodi. All of these shall be returned and/or submitted to the City of Lodi after the completion of this project. It is agreed that in the event of any litigation arising hereunder, the bidder at the request of the City of Lodi shall submit to the jurisdiction of any court of competent jurisdiction within the County of San Joaquin, State of California, and will comply with all, requirements necessary to give such court jurisdiction, and that all matters arising hereunder shall be determined in accordance with the law and practice of such court. It is further agreed that service of process in any such litigation may be made in the manner provided for in said code for service upon a person outside of the State of California.
Stephenson County, Illinois
Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s
COC-Insurance Requirements Page 1 of 9
CITY OF CONCORD INSURANCE AND INDEMNIFICATION REQUIREMENTS (The 1 st two pages provide basic insurance requirements information.) Insurance Required: See below Sample in Contract Limits of Coverage: Additional
AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:
AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision
INLAND VALLEY DEVELOPMENT AGENCY REQUEST FOR PROPOSALS (RFP) FOR PAYROLL SERVICES
INLAND VALLEY DEVELOPMENT AGENCY 1601 East Third Street San Bernardino, CA 92408 Phone: (909) 382-4100/FAX: (909) 382-4106 REQUEST FOR PROPOSALS (RFP) FOR PAYROLL SERVICES January 22, 2013 OVERVIEW The
INSURANCE REQUIREMENTS FOR VENDORS
INSURANCE REQUIREMENTS FOR VENDORS The Contractor/Vendor shall purchase and maintain for the duration of the contract/work insurance against claims for injuries to persons or damages to property which
-1- -2- -3- -4- -5- INSURANCE REQUIREMENTS FOR DEVELOPER EXTENSION AGREEMENTS 1.1 The developer shall obtain and keep in force during the term of the contract, Commercial General Liability insurance policies
NEWBURGH 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,
BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL SOLICITOR REQUEST FOR PROPOSAL
BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL SOLICITOR REQUEST FOR PROPOSAL Project Name: MUNICIPAL SOLICITOR Date Packet Available: June 12, 2009 RFP Due By: July 2, 2009, 3:00 P.M. RFP Submitted
5. 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
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office [email protected]
Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016
1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne
INLAND VALLEY DEVELOPMENT AGENCY SAN BERNARDINO INTERNATIONAL AIRPORT AUTHORITY REQUEST FOR PROPOSALS FOR EMERGENCY RESTORATION SERVICES
INLAND VALLEY DEVELOPMENT AGENCY SAN BERNARDINO INTERNATIONAL AIRPORT AUTHORITY 1601 East Third Street San Bernardino, CA 92408 Phone: (909) 382-4100 / FAX: (909) 382-4106 REQUEST FOR PROPOSALS FOR EMERGENCY
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:
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,
Attachment A Terms and Conditions
Bidder: BID DELIVERY INSTRUCTIONS FOR STATE PROCUREMENT: BIDDERS ARE HEREBY ADVISED THAT THE U.S. POSTAL SERVICE DOES NOT MAKE DELIVERIES TO OUR PHYSICAL LOCATION: BIDS MAY BE MAILED THROUGH THE U.S. POSTAL
REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor
Department of Public Services REQUEST FOR QUOTES FOR On-Call Plumbing Contractor November 2013 One Detjen Drive Crestwood, Missouri 63126 314-729-4720 Fax 314-729-4729 http://www.ci.crestwood.mo.us 1 Request
How To Work For A City Of Germany Project
CONSULTING SERVICES AGREEMENT This Consulting Services Agreement ( Agreement ) is made and entered into this day of, 2013, by and between the City of Clovis, a Municipal Corporation, hereinafter called
How 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
REQUEST FOR QUOTATION
REQUEST FOR QUOTATION Nutrition Services Solicitation Number: QT1604 Description: Kitchen Appliances for Nutrition Services Date: September 30, 2015 SUBMIT OFFER BY: October 14, 2015 by 2:00 PM PROCUREMENT
City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control
City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of
REQUEST 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
ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS
ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS Contractor shall obtain insurance of the types and in the amounts listed below. A. COMMERCIAL GENERAL AND UMBRELLA
Berkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval
ROUTING FORM Contract, MOU and Amendment Approval All Independent Contractor Agreement, MOU and Amendment Forms should be routed to Purchasing Department first for tracking. Purchasing will send the documents
CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE
CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE The following are excerpts from Caltrans 2010Standard Specifications. Specifications are subject to change so refer to the project
RIGHT OF ENTRY RECITALS. A. WHEREAS, CITY owns and operates the Norman Y. Mineta San Jose International Airport ( Airport ); and
RIGHT OF ENTRY This Right of Entry Agreement ( AGREEMENT ) is made this day of, 2015, by and between NAME, [an individual/ a corporation/ a limited liability company/ a partnership] ( ENTRANT ) and the
State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions
1. STANDARD TERMS AND CONDITIONS APPLICABLE TO THE CONTRACT: Unless the bidder is specifically instructed otherwise in the Request for Proposals (RFP), the following terms and conditions shall apply to
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
BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD LIBRARY REQUEST FOR PROPOSAL
BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD PUBLIC LIBRARY REQUEST FOR PROPOSAL Project Name: ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD PUBLIC
AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and
AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of, 2014, by and between the City of Yreka, a municipal corporation, hereinafter referred
Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS
COMMUNITY DEVELOPMENT DEPARTMENT NEIGHBORHOOD PRESERVATION DIVISION 500 Castro Street Post Office Box 7540 Mountain View, California 94039 7540 650 903 6379 FAX 650 962 8502 Request for Proposals WEB-BASED
Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014
Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING
REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015
REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015 PROJECT NAME: Library Security Camera System Request for Proposals ISSUANCE DATE: November 3, 2015 CLOSING DATE: December 1, 2015 INTRODUCTION
REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526
REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526 Stephanie Carroll, Technology Coordinator [email protected] 843 248 1760 LEC Security Camera System
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
WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:
NORTH CAROLINA RANDOLPH COUNTY CONTRACT THIS CONTRACT, made and entered into this day of, 2015 by and between Randolph County, a political subdivision of the State of North Carolina, hereinafter referred
Request for Proposal information Technology Audit Assessment
Request for Proposal information Technology Audit Assessment Housing and Redevelopment Authority of St. Cloud 1225 W. St. Germain St. Cloud, Minnesota 56301 (320) 252-0880 General Information The Housing
Request for Proposals for Upgraded or Replacement Phone System
City of Bandon Request for Proposals for Upgraded or Replacement Phone System 7/17/2015 Phone System Request for Proposal Page 1 NOTICE The City of Bandon is accepting Proposals for an upgraded or replacement
TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES
951 MARTIN LUTHER KING BLVD. KISSIMMEE, FL 34741 TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES LEGAL ADVERTISEMENT TOHO WATER AUTHORITY RFQ 11-003 RATE CONSULTING
STANDARD AGREEMENT FOR CONSULTANT SERVICES. THIS AGREEMENT, made and entered into in the City of Modesto, State of
STANDARD AGREEMENT FOR CONSULTANT SERVICES THIS AGREEMENT, made and entered into in the City of Modesto, State of California, this day of, 20, ( Effective Date ) by and between the CITY OF MODESTO, a municipal
INDEPENDENT CONTRACTORS AGREEMENT
INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing
Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027
181 Encinal Avenue Atherton, CA 94027 The offers this information to any individual or firm wishing to be added to the District s general construction informal bid list for all trades pursuant to Public
Attachment A Terms and Conditions RFX No. 3000005987 TITLE: Quality Control Standards DHH Office of Public Health
Bidder: Bid delivery instructions for State Procurement: Bidders are hereby advised that the U.S. Postal Service does not make deliveries to our physical location: Bids may be mailed through the U.S. Postal
AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES
AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic
SAMPLE SERVICES CONTRACT
SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at
SECTION 3 AWARD AND EXECUTION OF CONTRACT
SECTION 3 AWARD AND EXECUTION OF CONTRACT 3.01 CONSIDERATION OF BIDS: After the Proposals are opened and read, the approximate estimated quantity of each item multiplied by the unit price bid for that
Request 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 [email protected]
RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE
RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE I. INTRODUCTION Shelby County Government (the County ), is soliciting services of a qualified election management
HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT
HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center
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
REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES
City of McHenry REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES FOR THE City of McHenry Aquatics and Recreation Center Page 1 REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL
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
RFP 13-2014 Request for Proposal Drain and Sewer Line Maintenance Services
RFP 13-2014 Request for Proposal Drain and Sewer Line Maintenance Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor
Sidewalk 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:
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
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
Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501
CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL
#5 Independent Contractor Form - With Insurance With Bonds
#5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue
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
APPALCART REQUEST FOR PROPOSAL
APPALCART REQUEST FOR PROPOSAL COMPUTER, NETWORK, AND SERVER CONSULTING INTRODUCTION AppalCART (the Authority) is issuing this Request for Proposal (RFP) to solicit contractor proposals to provide oversight
CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant").
Page 1 of 13 CONSULTING SERVICES AGREEMENT This consulting services agreement is between: THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality ( City ) and, an Ontario ( Consultant"). The parties
Unified School District No. 489 Request For Proposals
Unified School District No. 489 Request For Proposals Broker and Risk Management Services for the Unified School District #489 Commercial Insurance Program JANUARY 21, 2015 1 Unified School District No.
Lake 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
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent
City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software
City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software RFP GENERAL INFORMATION RFP Notification: Notice is hereby given that proposals will be received by the City of Bellevue,
NOTICE TO BIDDERS Request for Proposals Legal Notice Advertisement: publish two(2) times:
NOTICE TO BIDDERS Request for Proposals Madison County Department of Job and Family Services (MCDJFS) intends to enter into transportation contracts to provide transportation for our clients to medical
Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN
Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN The Delmar School District (DSD) is seeking the professional services of a Construction Management (CM) firm for the
Prepared by: Public Works Department 210 West River Rd. Hooksett, NH 03106 (603)668-8019 REQUEST FOR PROPOSAL
Prepared by: Public Works Department 210 West River Rd. Hooksett, NH 03106 (603)668-8019 REQUEST FOR PROPOSAL TOWN OF HOOKSETT SNOW PLOWING SERVICES FOR SCHOOL PARKING LOTS BID #2015-11 Acceptance Date:
THE 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
Procurement Department REQUEST FOR QUOTATIONS. For Blanco Apartments Minor Roof Repairs. For
818 S. FLORES ST. SAN ANTONIO, TEXAS 78204 www.saha.org Procurement Department REQUEST FOR QUOTATIONS For Blanco Apartments Minor Roof Repairs For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND
Request for Proposals
City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street
Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE
S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE Request for Proposal Proposal For: Mailing Services Proposal Number: 09-16-15 Proposal Release Date: August 5, 2015 Proposal Due Date: August 21,
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
REQUEST 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
How To Work With The City Of Riverhead
MEMORANDUM OF UNDERSTANDING BETWEEN RIVERSIDE COMMUNITY COLLEGE DISTRICT and CITY OF RIVERSIDE THIS MEMORANDUM OF UNDERSTANDING ( MOU ) is made and entered into this day of, 2012 ( Effective Date ), by
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
1. Applicants must provide information requested in the section titled Required Information.
Lane County Health & Human Services Strategic Plan Development REQUEST FOR QUOTES Introduction Lane County Health & Human Services is interested in contracting with a consultant to help develop an updated
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
INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS
INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS 1. GENERAL PROVISIONS A. Indemnification. The Contractor shall indemnify and save harmless the City of Lincoln, Nebraska from and against all losses, claims,
INDEPENDENT CONTRACTOR AGREEMENT
INDEPENDENT CONTRACTOR AGREEMENT This Agreement is hereby entered into between the ESCONDIDO UNION HIGH SCHOOL DISTRICT, hereinafter referred to as District, and hereinafter referred to as Contractor.
TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information.
TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) This Addendum is attached to and modifies the Standard Form of Agreement between the Town and Architect,
IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!
` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention:
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR NAME OF CONSULTANT: RESPONSIBLE PRINCIPAL OF CONSULTANT: CONSULTANT'S ADDRESS: Attention: CITY'S ADDRESS: City of Beverly Hills 455 N. Rexford Drive
EXHIBIT B. Insurance Requirements for Construction Contracts
EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for x years thereafter, insurance against claims for injuries to
CONTRACTS & PROCUREMENT DEPARTMENT
CONTRACTS & PROCUREMENT DEPARTMENT AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN NORTH SAN DIEGO COUNTY TRANSIT DEVELOPMENT BOARD AND Contractor Name RFP # This agreement is made and entered into as of,
Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Animal Control Shelter Services (2 nd Occasion)
Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Request for Proposals will be received by the Town Clerk of the Town of West New York, in the County of Hudson, New Jersey,
INVITATION TO BID EOE
INVITATION TO BID The 22 nd Judicial Circuit is currently soliciting bid proposals for the Clerk and Admission Office s new flooring for the Family Courts Juvenile Division at 920 N. Vandeventer Ave. The
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: June 15, 2015 BID NO.: 15-0118 FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM
RFP 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
SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT)
SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT) INSURANCE REQUIREMENTS A. COVERAGE: Subcontractor and its subcontractors and
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
