Issue Date: March 8, Proposal Due Date: Tuesday, April 02, 2013 by 11:00 A.M. Mountain Time to:
|
|
|
- Simon James
- 9 years ago
- Views:
Transcription
1 REQUEST FOR PROPOSAL (RFP) 14878A FOR DENVER WATER S Auto Body and Paint Repair Issue Date: March 8, 2013 Proposal Due Date: Tuesday, April 02, 2013 by 11:00 A.M. Mountain Time to: Denver Water Purchasing & Contracting Attention: Elizabeth Hewes / RFP No A 1600 West 12 th Avenue, Building 12 Denver, CO To be considered for selection, a duly authorized agent of the Proposer must complete and sign this page and submit it with the Proposal. Signature below indicates that the Proposer has read and understands the requirements set forth in this Request for Proposal. Proposer s Business Name: By / Title: Duly authorized agent s name and title must be typed or clearly written Signature: Date: Phone: Fax No.: Business Address:
2 SOLICITATION INTRODUCTION: The City and County of Denver, acting by and through its Board of Water Commissioners (also Denver Water and the Board ), is issuing this Request for Proposal ( RFP ) for Auto Body and Paint Repair. The Board is seeking Proposals from qualified Proposers who have specific experience in the area(s) identified in this RFP. To be eligible for consideration, the Proposer must be capable of meeting all requirements specified in this RFP. SCHEDULE OF EVENTS*: RFP Issued March 8, :00 A.M. Deadline to Submit Intent to Propose via to: March 14, :00 P.M. Mandatory Pre-Proposal Conference: March 14, :00 P.M. Location: Denver Water Building 12 Purchasing Conference Room 1600 West 12 th Ave Denver, CO Deadline to Submit Requests for March 20, :00 P.M. Clarification and Additional Information Response to Written Requests for March 27, :00 P.M. Clarification and Additional Information Proposal Due Date April 2, :00 A.M. Proposals interview and site visits individually scheduled the week of: April 8, :00 A.M. *All dates are tentative and subject to change and/or cancellation at Denver Water s sole discretion. Denver Water will notify potential Proposers of any and all necessary changes and/or cancellations via written addendum. All times included on this Schedule of Events are Mountain Time. Page 2 of 18
3 TABLE OF CONTENTS SECTION 1 GENERAL INFORMATION INTRODUCTION TO DENVER WATER: INTENT TO PROPOSE SOLICITATION DOCUMENTS AND ADDENDA ADDENDA PROPOSAL PREPARATION COST ACCEPTANCE WITHDRAWAL OR MODIFICATION OF PROPOSALS RIGHT TO REJECT PROPOSALS RIGHT TO NEGOTIATE SAMPLE AGREEMENT AGREEMENT TERM AGREEMENT PRICING INSURANCE REQUIREMENTS 6 SECTION 2 SPECIAL REQUIREMENTS SUBCONTRACTING: PAYMENT: 7 SECTION 3 INSTRUCTIONS FOR RESPONDING TO RFP REQUESTS FOR CLARIFICATION AND ADDITIONAL INFORMATION PRE-PROPOSAL CONFERENCE / SITE INSPECTION PROPOSAL DUE DATE PROPOSAL SUBMISSION PROPRIETARY OR CONFIDENTIAL INFORMATION 9 SECTION 4 EVALUATION AND SELECTION PROCESS AGREEMENT REQUIRED EVALUATION AND SELECTION PROCESS INTERVIEWS/SHORT LIST/SITE VISITS/PRESENTATIONS 10 SECTION 5 PROJECT DESCRIPTION PURPOSE SCOPE OF WORK 11 SECTION 6 PROPOSED PRICING / FEE SCHEDULE PROPOSED PRICING / FEE SCHEDULE FORMAT FEES FOR PARTS ADDITIONAL FEES/SURCHARGE 12 SECTION 7 COMPLETION OF PROPOSAL REQUIRED PROPOSAL FORMAT 13 EXHIBIT A 15 EXHIBIT B 17 EXHIBIT C 18 Page 3 of 18
4 SECTION 1 GENERAL INFORMATION 1.1 INTRODUCTION TO DENVER WATER: Denver Water is a municipal corporation and a political subdivision of the State of Colorado, under the control of a five-member Board appointed by the Mayor of Denver. As such, it is governed by the Denver Charter and other laws applicable to governmental entities. The Denver Charter grants the Board all the powers of the City and County of Denver including those granted by the Constitution and by the law of the State of Colorado and by the Charter. Specifically, the Charter gives the Board complete charge and control of a water works system and plant for supplying the City and County of Denver and its inhabitants with water for all uses and purposes. It is the largest municipal public utility in Colorado, serving water to more than one million people, about one-quarter of the state s population. 1.2 INTENT TO PROPOSE: Interested parties should submit their intent to propose via to the Contract Specialist at [email protected], including the following information for RFP communication purposes: Proposer s business name Contact name and title Contact address Contact phone number 1.3 SOLICITATION DOCUMENTS AND ADDENDA: Potential Proposers should obtain all relevant documents pertaining to this solicitation and all issued addenda from the Rocky Mountain E-Purchasing System website at ADDENDA: In the event it becomes necessary to revise, change, clarify, provide additional information about, and/or cancel this RFP, Denver Water will issue a written addendum. It is the sole responsibility of the Proposer to attach to its Proposal(s) a signed copy of all addenda. 1.5 PROPOSAL PREPARATION COST: Denver Water will not be responsible for any costs incurred by Proposers in the preparation of Proposals. All costs, including but not limited to printing, materials, travel and expenses, incurred in the preparation and submission of a Proposal must be borne solely by the Proposer. 1.6 ACCEPTANCE: By submitting a Proposal in response to this RFP, Proposer acknowledges that its Proposal is valid for a period of 120 calendar days from the Proposal due date. 1.7 WITHDRAWAL OR MODIFICATION OF PROPOSALS: Proposals may be withdrawn or modified by Proposers prior to the Proposal due date, but only upon written request. After the Proposal due date, Denver Water will not return Proposals or other information supplied to Denver Water. Page 4 of 18
5 1.8 RIGHT TO REJECT PROPOSALS: The Board may choose to reject any or all Proposals, either in whole or in part, and to waive any formality in Proposals received, if deemed in the best interest of the Board. Basis for rejection may include but is not necessarily limited to the following: Any Proposal conditioned upon the Board s acceptance of terms and conditions deemed by the Board to be unacceptable. Any Proposal from a Proposer who is in arrears to the City and County of Denver or the Board upon debt or contract, or who is a defaulter as surety or otherwise, upon any obligation to the City and County of Denver or the Board. Any Proposal from Proposers determined to be financially unable to perform the required work. This determination will be at Denver Water s sole discretion and may be based upon analysis of the Proposer s Certified Financial Statements, Dun and Bradstreet reports, and/or other requested financial information. Any Proposal received after the specified Proposal due date and time. Any Proposal so received may be returned to the Proposer unopened. Any Proposal that does not meet the requirements specified in this RFP and/or has been determined to be unsatisfactory, in whole or in part, by Denver Water at its sole discretion. 1.9 RIGHT TO NEGOTIATE: Denver Water may select one or more Proposals, and may negotiate any and all elements of a Proposal, if deemed to be in the best interest of Denver Water SAMPLE AGREEMENT: The selected Proposer will be required to sign a Denver Water Agreement. A sample of this Agreement is attached as Exhibit B and is subject to Denver Water s revision. Any and all modifications and/or exceptions to the terms and conditions contained in this sample Agreement must be clearly marked on Proposer s official company letterhead and submitted with the Proposal as a separate section. A Proposal with modifications and/or exceptions to the terms and conditions contained in this sample Agreement may be rejected AGREEMENT TERM: Denver Water expects the term of the resulting Agreement to be one (1) year, commencing on August 1, 2013, subject to extension as provided herein. All Work to be performed under the resulting Agreement must commence promptly after receipt of a fully executed copy of the Agreement to the extent that the awarded Proposer has been authorized to proceed by Denver Water AGREEMENT PRICING: Pricing submitted with the Proposal must be as specified in Section 6 Proposed Pricing / Fee Schedule and may be incorporated in whole or in part into the resulting Agreement. Page 5 of 18
6 1.13 INSURANCE REQUIREMENTS: The following list represents the Board s standard requirements for insurance coverage. The Board has the discretion to change these insurance requirements or accept alternative types of insurance if the Board deems such changes or alternatives to be sufficiently protective of its interest. A. Commercial General Liability Insurance: Commercial general liability insurance with limits not less than $1,000,000 per occurrence and $2,000,000 aggregate. Such insurance shall include the City and County of Denver, acting by and through its Board of Water Commissioners, as additional insured and shall be primary and non-contributing with respect to any insurance or self-insurance program of the Board. B. Automobile Liability Insurance: Consultant shall maintain automobile liability insurance as required by Colorado law. The Board does not require a certificate of insurance unless this subparagraph (b) requires insurance that exceeds the statutory requirements. In addition to the statutory requirements, Consultant shall maintain automobile liability insurance with limits not less than $1,000,000 per occurrence for owned, non-owned and hired vehicles used in the performance of Work under this Agreement. C. Workers Compensation and Employer s Liability Insurance: OPTION 1: The Contractor is located in Colorado and maintains workers compensation insurance, as required under the laws of the State of Colorado. OPTION 2: The Contractor is located in Colorado and does not maintain workers compensation insurance because either the Consultant has rejected such coverage by waiver pursuant to C.R.S or the Consultant is a sole proprietor without employees and is not performing construction work under this Agreement. If the Consultant has waived coverage as described above, the Consultant will provide the Board with evidence of its waiver along with the other certificates of insurance. OPTION 3: The Contractor is located outside of Colorado and does not maintain workers compensation insurance effective in Colorado. The Consultant warrants that during the term of this Agreement it will not hire employees in Colorado or transfer employees to Colorado without maintaining workers compensation insurance, as required by Colorado law, in full force and effect during the full term of this Agreement. The selected Proposer will be required to maintain the required insurance in full force and effect during the entire term of the resulting Agreement. The selected Proposer must provide to the Board a certificate of insurance showing evidence of the required coverage and limits before work may commence. Page 6 of 18
7 SECTION 2 SPECIAL REQUIREMENTS 2.1 SUBCONTRACTING: No subcontracting of any portion of work will be acceptable without prior written approval of a Denver Water designated representative. 2.2 PAYMENT: The successful proposer must submit itemized invoices once a vehicle is repaired to: Denver Water Attn: Marc West, MC West 12 th Avenue Denver, CO [email protected] Page 7 of 18
8 SECTION 3 INSTRUCTIONS FOR RESPONDING TO RFP 3.1 REQUESTS FOR CLARIFICATION AND ADDITIONAL INFORMATION: All requests for clarification or additional information must be made in writing to the Contract Specialist at the address shown below: Contract Specialist: Elizabeth Hewes [email protected] Phone: The Denver Water Contract Specialist listed above is the sole point of contact between Denver Water and all Proposers. Proposers may not contact any other Denver Water personnel regarding this RFP during the RFP process without prior written authorization of this Contract Specialist. Responses to requests for clarification and additional information and/or changes to the RFP received before the deadline specified in the SCHEDULE OF EVENTS will be made by written addendum. All responses to requests for clarification and additional information from any Proposer will be provided to all Proposers. Oral explanations, interpretations or representations given by Denver Water employees cannot be construed as a change to the RFP requirements. 3.2 PRE-PROPOSAL CONFERENCE / SITE INSPECTION: a. MANDATORY Pre-Proposal Conference: MANDATORY Pre-Proposal Conference will be conducted on the date and time specified on the Schedule of Events. The Location of the conference will be: Denver Water Building 12 Purchasing Conference Room 1600 West 12 th Ave Denver, CO Proposer must attend this conference to have its Proposal considered by Denver Water. 3.3 PROPOSAL DUE DATE: Proposals must be received no later than Tuesday, April 02, 2013, 11:00 A.M. Mountain Time at the address listed below. 3.4 PROPOSAL SUBMISSION: Proposer must submit one (1) original Proposal, clearly marked, three (3) copies, and one (1) electronic copy on CD or flash drive. Proposals, including electronic copy, are to be in either a sealed envelope or box, labeled with the RFP number and name, and addressed as indicated below. Denver Water will not be responsible for any Proposal not addressed as indicated below. Page 8 of 18
9 Proposals may be mailed or hand-delivered. Proposals sent via electronic method such as e- mail or fax will not be accepted. Submit Proposals to: Denver Water Purchasing & Contracting Attention: Elizabeth Hewes / RFP No A 1600 West 12 th Avenue, Building 12 Denver, CO PROPRIETARY OR CONFIDENTIAL INFORMATION: Proposers acknowledge that Denver Water may be required to disclose any or all of the documents submitted with a Proposal, pursuant to the Colorado Open Records Act, C.R.S , et seq. Under C.R.S (3)(a)(IV), Denver Water may deny inspection of any confidential commercial or financial information furnished to Denver Water by an outside party. Therefore, a Proposer must clearly designate any documents submitted with its Proposal that the Proposer deems proprietary or confidential, to aid Denver Water in determining what must be disclosed in response to a request for documents under the Colorado Open Records Act. The Proposer s designation of material as confidential must be reasonable or it will not be honored. For example, a Proposer may not designate the entire Proposal to be confidential and proprietary. Page 9 of 18
10 SECTION 4 EVALUATION AND SELECTION PROCESS 4.1 AGREEMENT REQUIRED: This RFP is not a contractual offer. Any Proposer selected in response to this RFP will be required to execute an Agreement with Denver Water. 4.2 EVALUATION AND SELECTION PROCESS: Proposals will be evaluated by criteria described in this RFP. Proposals considered responsive will be evaluated for completeness of information provided, the Proposer s adherence to RFP requirements, support for claims made, and the overall approach taken. Denver Water s objective is to select the Proposal(s) judged to be in the best interest of Denver Water. Proposals may be evaluated using criteria including but not limited to: Understanding of the work to be performed Ability to meet work requirements Experience Professional references Proposal pricing Dun & Bradstreet reports Proposer's use of Small Business Enterprises (SBE) Proposer s past relationship, if any, with Denver Water and the City and County of Denver Proposer s equipment and facilities Any other relevant and appropriate factors as determined by Denver Water This list does not reflect or imply any weighting or relative importance of criteria. While price may be a consideration, the Board is not bound to accept the lowest-priced Proposal. 4.3 INTERVIEWS/SHORT LIST/SITE VISITS/PRESENTATIONS: Denver Water may request interviews, oral or visual presentations, site visits, demonstrations, and/or the opportunity to ask additional questions of Proposers as deemed necessary during the evaluation process. Denver Water may require additional information from Proposers after the Proposal due date as necessary to complete the evaluation process. Page 10 of 18
11 SECTION 5 PROJECT DESCRIPTION 5.1 PURPOSE: Denver Water is seeking proposals for an initial one (1)-year agreement to provide body, frame, and paint repairs to vehicles under 17,500 GVWR owned and operated by Denver Water. The successful proposer(s) must be able to provide a full range of services, high quality work, adequate warranty, and timely performance. 5.2 SCOPE OF WORK: The Contractor shall provide repair body and repair services to Denver Water s vehicles upon request. See Exhibit A: SCOPE OF WORK. Page 11 of 18
12 SECTION 6 PROPOSED PRICING / FEE SCHEDULE 6.1 PROPOSED PRICING / FEE SCHEDULE FORMAT: Below is a list of services that Denver Water is expecting during the course of this contract. Proposers must supply cost for each item in its Proposal. A. Body Labor (less than or equal to ¾ Ton) B. Body Labor (greater than or equal to 1 Ton) C. Paint Labor D. Mechanical Labor E. Frame Labor F. Paint Material Labor G. Fiberglass Work H. Aluminum Panel Repair I. Towing Services to and from Denver Water Fleet Pool only 6.2 FEES FOR PARTS: During the repair of the vehicles, parts might need to be replaced. Replaced parts will need to be itemized on the invoice. Proposers must supply the percentage mark-up for parts. 6.3 ADDITIONAL FEES/SURCHARGE: Proposers must provide a list for any additional fees and/or surcharges that may be charged to Denver Water for vehicle repairs. Any fees and/or surcharges that are not included in the proposal shall not be charged to Denver Water. Page 12 of 18
13 SECTION 7 COMPLETION OF PROPOSAL 7.1 REQUIRED PROPOSAL FORMAT: Proposals must conform to the following format. The extent to which Proposers follow these instructions is considered as part of the evaluation process. The Proposal must conform to the following submission format and each tab must be clearly marked as indicated below: Tab 1 Cover Letter Tab 2 Proposer Introduction Tab 3 Understanding of Work Tab 4 Narrative Staffing Plan and Resumes/Qualifications Tab 5 Professional Reference Listing Section 5 Exhibit A: Scope of Work Tab 6 Proposal Rates Section 6 Proposed Pricing / Fee Schedule Tab 7 Small Business Enterprise / Minority and Women Business Enterprise Status Tab 8 Other Required Submission Information Tab 1 Cover Letter: Proposer must submit a cover letter of no more than one (1) page printed on Proposer s letterhead. The letter must be signed by a duly authorized agent of the Proposer. Tab 2 Proposer Introduction: Proposer must submit information about the Proposer s experience and background. Include complete information regarding experience with this type of work, number of years in business, number of employees, etc. Also include a main point of contact for all RFP correspondence, including name, title, phone number and address. This section must be no more than four (4) pages in length. Tab 3 Understanding of Work: Proposer must provide a brief narrative of understanding of the project and the key issues involved. This section must be no more than five (5) pages in length. Tab 4 Narrative Staffing Plan and Resumes/Qualifications: Proposer must submit resumes of the key personnel who will be assigned to any resulting agreement, including name, number of years of experience, and qualifications. This section must be no more than ten (10) pages in length. Tab 5 Professional Reference Listing: Proposer must provide a minimum of three (3) professional references that include the following information: project name; project location; contact name; contact ; contact phone number as noted in the table located in Section 5 Exhibit A: SCOPE OF WORK. Tab 6 Proposal Rates: Proposer must include Proposal rates as specified in Section 6 Proposed Pricing / Fee Schedule. Proposers must include a list of the subcontractors that will be used to perform the work, including subcontractor s name, business address, contact name, contact phone number and contact address. Page 13 of 18
14 Tab 7 Small Business Enterprise (SBE) / Minority and Women Business Enterprise (MWBE) Status: Denver Water has SBE and MWBE programs that are described on our web site. Proposers should include relevant SBE and MWBE information at this Tab. Tab 8 Other Required Submission Information: This section addresses any other information necessary to gain a full understanding of the Proposer s capability to perform the work. In making its evaluation of the responsiveness of the Proposal, Denver Water will place considerable emphasis on all of the answers to the following listed requirements and/or questions. Copies of Certifications/Licenses Proposers must provide copies of all certifications that have been requested in the Minimum Requirements as listed in Exhibit A: SCOPE OF WORK. Page 14 of 18
15 EXHIBIT A SCOPE OF WORK 1. BACKGROUND: Denver Water owns and operates a fleet of approximately 500 vehicles including domestic passenger cars, light trucks, vans, and utility trucks. During the course of use, damage to the vehicles may occur. The damage could be minor paint/body issues all the way up to severely damaged units. Denver Water also owns and operates heavy trucks, light and heavy equipment, and trailers that may need repair. The repairs may include, but are not limited to, fiberglass, paint, and minor body repairs. 2. MINIMUM REQUIREMENTS: In order to be considered, a proposal must meet the following minimum requirements: A. Proposer s Body Shop physical location must be within a 25-mile radius of Denver Water s Administration Campus, located at 1600 W. 12 th Avenue, Denver, Co B. Proposer s Body Shop must be a preferred repair facility for at least three (3) major insurance companies. C. Proposer must staff ASE or ICAR Gold Class certified technicians to perform services on all Denver Water vehicles. D. Proposer s Body Shop facilities must be such that all work can be performed in-house, with the exception of normally sub-contracted work (e.g., glass, graphics, and some mechanical). E. Must have locked storage, preferably indoors, for all Denver Water vehicles and adequate security measures in place to protect vehicles left on-site. 3. CONTRACTOR S RESPONSIBILITIES: A. Must accommodate the Denver Water s Fleet Service Division s business hours of Monday through Friday 6:30 a.m. 5:00 p.m. B. Must inspect and provide quotation at Denver Water s Administration Campus. C. Must pick-up and deliver vehicles requiring services. If the vehicle is un-drivable, towing services must be provided to the Contractor s facility for the necessary repairs. D. Warrant both parts and workmanship. E. Inform Denver Water of any hidden damage to a vehicle when discovered and provide a quotation for the additional repair for approval of work. F. Must supply Denver Water with emergency contact information, (e.g., phone number(s), pager number(s), etc.) G. Must furnish all labor, any tools, equipment, materials, and supplies to perform the services specified. H. If cost of repair looks like it will exceed quotation price, Contractor must obtain written approval of a new estimate from Fleet Services before work continues. I. Must complete repair vehicle by the completion date specified on the quotation. If repair is not completed by the date listed, Denver Water will be entitled to deduct $50.00 per day from the final bill for each day the repairs extend beyond the completion date. J. Must obtain approval from Denver Water before any work is performed. Page 15 of 18
16 4. QUOTATION REQUIREMENTS: A. Provide quotations within one (1) working day from the time of notification. B. Only provide quotations for used and/or after-market parts upon request by Denver Water. C. Use ICAR national procedures when providing a quotation. D. Provide an itemized breakdown of labor and materials estimated to perform the service. E. Include a completion date of repair. 5. DENVER WATER RESPONSIBILITIES: A. Denver Water reserves the right to inspect all vehicles to approve any additional services/cost not described on the original estimate. B. Denver Water will evaluate the quotations to determine if the work will be outsourced or performed in-house, based on price and timeliness of delivery. C. Denver Water will inform the awarded Contractor if the repairs have been approved. Page 16 of 18
17 See attached document for Sample Agreement. EXHIBIT B SAMPLE AGREEMENT Page 17 of 18
18 EXHIBIT C LIST OF VEHICLES Year Make Model Quantity Year Make Model Quantity 1993 Chevrolet 2 Ton Utility Chevrolet Ford F Chevrolet Jeep Cherokee Chevrolet Blazer Ford Windstar Ford F GMC Ford F Honda Civic Ford F Chevrolet C Chevrolet Chevrolet Blazer Ford Escape Dodge Ford F Dodge Chevrolet Ford F Ford Honda Civic Ford Escape GMC Ford F GMC Ford F GMC Safari Ford F GMC Sonoma Chevrolet Jeep Cherokee Dodge Durango Chevrolet Ford F Chevrolet Astro Ford F Chevrolet Cavalier Jeep Liberty Dodge Dodge Durango Dodge Ford F Dodge Ford F Dodge Dakota Ford F Ford F Ford F Ford F Ford Ranger XL Ford F Dodge Durango Ford F Ford Escape Hyb GMC Ford ¾ Ton P/U Jeep Cherokee Ford ¾ Ton Utility Toyota Prius Ford Escape Chevrolet Ford F Chevrolet Blazer Ford F Dodge Ford F Dodge Stratus Ford F Ford F Ford F Chevrolet Blazer Ford Ranger XL Ford F GMC Sierra K Ford F GMC Sierra ½ T P/U Ford F Ford Escape Ford F Ford Explorer Ford F Ford F Ford Window Van Ford F GMC Cargo Van Chevrolet 1 Ton Utility Chevrolet ½ Ton P/U Chevy Equinox Chevrolet Ford F Chevrolet C Ford F Chevrolet K Ford F Ford Escape Ford F Ford F Ford Transit Van Ford F Toyota Camry Chevy 2500 Van Toyota Prius Chevy Colorado Ford Explorer 1 Page 18 of 18
Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to:
REQUEST FOR PROPOSALS (RFP) 15762A FOR DENVER WATER S Snow Removal and Ice Abatement Issue Date: November 3, 2014 Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: Denver Water Main Administration
Issue Date: March 4, 2014. Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain Time to:
REQUEST FOR PROPOSALS (RFP) 15378A FOR DENVER WATER S Information Technology Third Party Patch Management Software Issue Date: March 4, 2014 Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain
Issue Date: July 8, 2014. Proposal Due Date: July 28, 2014 by 10:00 A.M. Mountain Time to:
REQUEST FOR PROPOSALS (RFP) 15586A FOR DENVER WATER S Emergency Water Damage Cleanup Services Issue Date: July 8, 2014 Proposal Due Date: July 28, 2014 by 10:00 A.M. Mountain Time to: Denver Water Purchasing
Issue Date: November 4 th, 2014. Proposal Due Date: Tuesday, November 25, 2014 by 11:00 AM Mountain Time to:
REQUEST FOR PROPOSALS (RFP) 15719A FOR DENVER WATER S Information Technology Asset Management Application and Implementation Issue Date: November 4 th, 2014 Proposal Due Date: Tuesday, November 25, 2014
REQUEST FOR PROPOSALS (RFP) 16007A FOR DENVER WATER S. Vehicle Lease, Fleet Management and Short Term Rentals.
REQUEST FOR PROPOSALS (RFP) 16007A FOR DENVER WATER S Vehicle Lease, Fleet Management and Short Term Rentals. Issue Date: April 30, 2015 Proposal Due Date: May 18, 2015 by 2:00 P.M. Mountain Time to: Denver
MANDATORY PRE-PROPOSAL MEETING WILL BE HELD ON September 22, 2011 @ 1:00 P.M.
REQUEST FOR PROPOSAL (RFP) 13812A FOR DENVER WATER'S Computer Room Cleaning September 15, 2011 Submit Proposal by September 29, 2011 by 11:00 A.M. Mountain Time to: Denver Water Purchasing 1600 West 12th
Planning Request for Proposal. Digitize Records for Import to Electronic Document Management System Project Number 15-079-5200
Planning Request for Proposal Digitize Records for Import to Electronic Document Management System Project Number 15-079-5200 Let Date: November 6, 2015 Bid Deadline: November 19, 2015 02:00 PM Deliver
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]
GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011
GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker
Solicitation 2013-9. Emergency Disaster Cleanup Services. Bid designation: Public. Lehi City
Solicitation 2013-9 Emergency Disaster Cleanup Services Bid designation: Public Lehi City 11/4/2013 4:51 PM p. 1 Bid Number 2013-9 Bid Title Emergency Disaster Cleanup Services Emergency Disaster Cleanup
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
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
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
ATLANTA PUBLIC SCHOOLS
Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT
AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401
AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 The Arapahoe Library District (ALD) is seeking competitive proposals from qualified, reliable Vendors to hire a professional audio/visual company.
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
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue
REQUEST FOR PROPOSALS
ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: [email protected] REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL RFP ISSUE DATE: September 26 th, 2001 TITLE: RFP NUMBER: San José State University Website Redesign F-WR00001181-AL PURCHASING OFFICE CONTACT: DEPARTMENT OFFICIAL: Alex Lebedeff, Mary
TABLE OF CONTENTS. Prefacej... 1
TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...
REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT
ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive
REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits
REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance
REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO
REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO PROPOSAL NUMBER: 13-02 DESCRIPTION: Administration of 401(a) and 457 Plans RECORDING DATE: 2/25/2013 The Board
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response
Air Conditioning Maintenance Services
Town of Lauderdale-By-The-Sea REQUEST FOR PROPOSAL No. 14-05-01 Air Conditioning Maintenance Services RFP OPENING: July 29, 2014 2:00P.M. Town Hall 4501 Ocean Drive Lauderdale-By-The-Sea, FL 33308 acs
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
GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS
GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS DATE RFQ RELEASED July 13, 2013 1 PURPOSE OF THIS REQUEST FOR
REQUEST FOR PROPOSALS WEBSITE DESIGN AND MAINTENANCE SERVICES
LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS WEBSITE DESIGN AND MAINTENANCE SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation
City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID
INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,
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
Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.
Request for Price Quotes For the provision of technical writing for the delivery of a policy and procedural manual for the Dutchess County Workforce Investment Board Issue Date September 24, 2015 Deadline
REQUEST FOR PROPOSALS FOR LEGAL SERVICES
ROCHESTER SCHOOLS MODERNIZATION PROGRAM - PHASE 2 REQUEST FOR PROPOSALS FOR LEGAL SERVICES The Rochester Joint Schools Construction Board, on behalf of Rochester Schools Modernization Program, is seeking
REQUEST FOR PROPOSAL FOR. Automated Accounts Payable Solution
Douglas County School District Learn today. Lead tomorrow. Purchasing and Contracting REQUEST FOR PROPOSAL FOR Date of Issue: September 24, 2009 Proposal Closing Date: October 22, 2009, at 2:00 p.m. Proposal
Request for Quotation (RFQ) RFQ 574-13 SharePoint Consultant
Request for Quotation (RFQ) RFQ 574-13 SharePoint Consultant Due: December 2, 2013 at 2:00PM MOUNTAIN TIME Buyer: Amy Stull Purchasing 802 Grand Avenue Glenwood Springs, CO 81601 [email protected]
To 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
REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.
Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 [email protected] REQUEST FOR PROPOSAL NO. RFP09503
REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility
REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility Introduction In accordance with NCGS 143-64.31, the Town of Apex requests statements
Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS
RFQ Term: 9/29/2015 12/1/2019 Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS Denver Water (DW), in an effort to improve the administration and efficiency, has initiated
REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS
SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This
Warner Robins Housing Authority
REQUEST FOR PROPOSAL FOR TERMITE CONTROL 2016 The Warner Robins Houston County Housing Authorities are currently soliciting proposals for Pest Control Services for a one (1) year period with the option
Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]
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
a. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and
Request for Proposal 911- SUPPLEMENTAL ALI DATABASE MANAGEMENT SERVICES AND SUPPORT
Request for Proposal 911- SUPPLEMENTAL ALI DATABASE MANAGEMENT SERVICES AND SUPPORT Luzerne County 9-1-1 Communications Center LUZERNE COUNTY, PENNSYLVANIA DUE DATE: 2:00 P.M., Friday, MARCH 25th, 2011
REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES
REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES Notice is hereby given that the Santa Rosa County Board of County Commissioners is calling for and requesting proposals from qualified
STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS
MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC
Invitation for Bid. For. Bank Courier Services
Invitation for Bid For Bank Courier Services Solicitation # 2015 BC Sealed bids are due March 23, 2015 Manatee County Rural Health Services Administration Attn: Sam Love, Procurement Manager 700 8 th Avenue
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
INSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract
REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES
REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES DEVELOPMENT AUTHORITY OF FULTON COUNTY 141 PRYOR STREET S.W., SUITE 1031 ATLANTA, GEORGIA 30303 DATE RE-ISSUED JANUARY 21, 2014 RESPONSES DUE
Request for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES
City of DeBary Request for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES The City of DeBary, Florida is seeking standby
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 Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015
New York State Department of Environmental Conservation Division of Lands and Forests Invasive Species Coordination Unit 625 Broadway, Floor 5 Albany, NY 12233-4250 Request for Quotation (RFQ) Hydrilla
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals
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.
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
a. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified
Robla School District
Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School
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
REQUEST FOR PROPOSAL (RFP)
Request for Proposal, Page 1 of 13 REQUEST FOR PROPOSAL (RFP) RFP NUMBER AND TITLE: PLACE OF OPENING: 1213-05 : TypeWell, CART, Sign Language Interpreting, Captioned Media and Alternate Format Text, and
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS The City of Chillicothe is accepting sealed proposals for a Financial and Payroll software system for the Chillicothe Auditor s office. Proposal Must Be Sealed,
Request 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,
REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES
REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES Issued by: City of Clewiston 115 W. Ventura Avenue Clewiston, Florida 33440 September 30, 2015 1 REQUEST FOR PROPOSALS FOR FINANCIAL AUDIT SERVICES
April 22, 2009 REQUEST FOR PROPOSALS (RFP)
April 22, 2009 REQUEST FOR PROPOSALS (RFP) The New Jersey Schools Development Authority (NJSDA) is seeking proposals to engage a contractor to provide HVAC preventative maintenance and repairs at NJSDA
REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519
REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES FOR PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519 School Board of Volusia County Florida Facilities Services 3750 Olson Drive, Daytona Beach
Center Unified School District
8408 Watt Ave., Antelope, CA 95843 916-338-6337 / Fax 916-338-6339 BOARD OF TRUSTEES Gary Blenner Raymond F. Bender Matthew L. Friedman Libby Williams Donald E. Wilson SUPERINTENDENT Dr. Kevin Jolly, Ed.D
UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER
UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 PURPOSE Utah County is soliciting proposals from insurance brokers/consultants qualified to
REQUEST FOR PROPOSALS ADVERTISING SERVICES
LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS ADVERTISING SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation d/b/a Empire
AMENDMENT NO. 2 TO INTERLOCAL AGREEMENT FOR FURNISHING EQUIPMENT MAINTENANCE/REPAIR SERVICE
After Recording Return to: Snohomish County Department of Public Works Fleet Management Division 3402 McDougall Avenue Everett, WA 98201 AMENDMENT NO. 2 TO INTERLOCAL AGREEMENT FOR FURNISHING EQUIPMENT
REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services
REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES Union County Emergency Medical Services 1 DEFINITIONS For the purposes of this Request for Proposal, "Proposer" shall mean contractors,
INDEPENDENT CONTRACTOR SERVICES AGREEMENT
INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose
TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12
TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are
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
MCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor
MCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor Background Information: Manatee County Rural Health Services (MCR Health Services) is a private, not
SCHENECTADY CITY SCHOOL DISTRICT
SCHENECTADY CITY SCHOOL DISTRICT REQUEST FOR PROPOSAL ESL Translation Services 1220-12B 2012-2013 School Year DUE: December 20, 2012 9 a.m. DAVID WEISER DISTRICT DIRECTOR OF CENTRAL SERVICES AND DISTRICT
Request 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
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,
Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/
REQUEST FOR PROPOSALS FOR A. DISASTER MANAGEMENT DEBRIS MONITORING SERVICES
REQUEST FOR PROPOSALS FOR DISASTER MANAGEMENT DEBRIS MONITORING SERVICES PURPOSE: Duplin County is soliciting sealed proposals to provide Disaster Management Debris Monitoring Services. INSTRUCTIONS TO
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL #74849 ROOF REPAIRS Department of Facilities Management Planning and Construction Minnesota State University, Mankato Facilities Purchasing Office Request for Proposal Roof Repairs
CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS
TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule
Washington County School District Request for Proposal School Bus Fleet Tracking System RFP #TD 1011
Request for Proposal I. GENERAL A. Intent of Request for Proposal (RFP) The purpose of this Request for Proposal is to solicit sealed, competitive proposals from vendors qualified and experienced to provide
This request for qualifications seeks the following type of service providers:
ANNOUNCEMENT REQUEST FOR STATEMENT OF QUALIFICATIONS NOTICE SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN AND CONSTRUCTION ARCHITECTURAL SERVICES The San Francisco Unified School District Facilities,
REQUEST FOR PROPOSAL FOR CISCO VOIP TECHNICAL SUPPORT
Douglas County School District Learn today. Lead tomorrow. Purchasing and Contracting REQUEST FOR PROPOSAL FOR Date of Issue: May 2, 2014 Proposal Closing Date: May 22, 2014, at 2:00 p.m. Proposal to be
REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford
REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR Issued by the Town of Bedford Chris Burdick, Supervisor David Gabrielson, Deputy Supervisor Francis Corcoran Marybeth Kass Lisbeth
Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted
Description: The New River Valley Regional Jail Authority (NRVRJA) values and appreciates the contributions and efforts of its employees. Toward this end, the NRVRJA is committed to providing a supportive,
CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support
CITY OF DALLAS Request for Competitive Sealed Proposal (RFCSP) BUZ1524 For SCADA Repair, Parts and Support Purpose The purpose of this specification is to establish a thirty-six (36) month service agreement
REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES
REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities
BID SPECIFICATION PACKAGE
REQUEST FOR PROPOSALS: E-RATE TELEPHONE SYSTEM & COMPLETE INTERNAL CONNECTIONS BID SPECIFICATION PACKAGE FOR: HOUSTON GATEWAY ACADEMY, INC. REQUEST FOR PROPOSAL Telephone System for Houston Gateway Academy,
Request for Statements of Qualifications # 27676 for Electric Motor Repair
Request for Statements of Qualifications # 27676 for Electric Motor Repair PURPOSE: The City is requesting Statements of Qualifications (SOQ s) from Qualified and Fully Equipped Electric Motor Repair shops
