Purchasing Department County Administration Building

Size: px
Start display at page:

Download "Purchasing Department County Administration Building"

Transcription

1 Cleveland County, NC Finance & Purchasing Department Kim Ogle Purchasing Department County Administration Building 311 East Marion St Shelby NC Telephone: Fax: Date: September 15, 2015 INVITATION FOR BIDS: Bid Number: HDMOV2015 Deadline to turn in bids: Friday, October 30, 2015 at 5:00 pm BIDS, SUBJECT TO THE CONDITIONS MADE A PART HEREOF, WILL BE RECEIVED AT THIS OFFICE UNTIL 5:00 PM ON THE DATE STATED ABOVE. BIDS RECEIVED LATE WILL NOT BE OPENED. WRITTEN QUESTIONS DEADLINE: The last day and time for submittal of written questions shall be no later than 5:00 P.M., Monday, October 19, Refer all questions by . Kim.ogle@clevelandcounty.com

2 MOVER BID INVITATION CLEVELAND COUNTY HEALTH DEPARTMENT 315 E. Grover Street Shelby, NC This document is a Request for Proposal (RFP) for relocation services to be provided by a licensed commercial mover (vendor) with experience in providing large-scale office and medical facilities. The selected vendor will be retained to move the Cleveland County Health Department (315 E. Grover Street), Cleveland County Health Department Annex (222 Crawford Street) and Cleveland County Employee Health Center (304 Crawford Street) from their current locations to the new Cleveland County Public Health Center at 200 S. Post Road and Cleveland County Employee Health Center at S. Post Road. The move will likely take place in early February, The Cleveland County Health Department will host a mandatory information session on October 6, 2015 at 10:00 am in the 2 nd Floor Conference Room of the Cleveland County Health Department. At that time interested vendors will be given a site tour of the existing buildings and an opportunity to review floor plans of the new building. Instructions for preparation and submission of the bid proposal are contained in this announcement. Specific forms/format for submission of a bid proposal are required and must be typed or printed ink. If you attend the information session and decide not to bid, please return the bid invitation sheet and state a reason for no bid. Written requests for information about the bid requirements, or to resolve any questions that may arise are to be submitted no later than 5:00 pm on October 19, 2015 to the following: Kim Ogle, Purchasing Agent, Cleveland County Finance Department, P.O. Box 1210, 311 E. Marion Street, Shelby, NC Any changes to the conditions/requirements should be made in the form of a written addendum to be valid; therefore, the Cleveland County Health Department will issue written addendum to document all approved changes. Proposals must acknowledge the receipt of an issued addendum. Proposals should include a letter signed by the vendor or authorized official in a position to legally bind the company to the statements presented in the bid. The letter should be on the vendor s company letterhead. The deadline for receipt of sealed proposals is October 30, 2015 at 5:00 pm. Sealed proposals must be received by this deadline at the following location: Kim Ogle, Purchasing Agent, Cleveland County Finance Department, P.O. Box 1210, 311 E. Marion Street, Shelby, NC Cleveland County has an equal opportunity purchasing policy and seeks to ensure that all segments of the business community have access to supplying the goods and services needed by

3 County programs. Cleveland County works to encourage utilization of minority business enterprise in the procurement of activities. Cleveland County provides equal opportunity for all businesses and does not discriminate against any vendors regardless of race, color, religion, age, sex, national origin or disability. A Minority Business Enterprise is defined as a business which is owned and controlled at a minimum of 51% by a person of African-American (BBE), Asian-American (ABE), Native American (NBE), or Hispanic (HBE) decent. A Woman Owned Business (WBE), Women-owned small business concern means a small business concern- (a) which is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (b) whose management and daily business operations are controlled by one or more women.

4 PROJECT SUMMARY: The Cleveland County Health Department, Cleveland County Health Department Annex and Cleveland County Employee Health Center facilities are approximately 57,330 sq. ft., 12,000 sq. ft. and 3,000 sq. ft. respectively. Approximately 175 people that are employed in these facilities provide services to the citizens of Cleveland County and surrounding areas that include: Maternal Health, Child Health, Dental, WIC, Immunizations, Family Planning, Diabetes, Eye Examinations, Communicable Disease, Sexually Transmitted Diseases, HIV/AIDS, School Based Health Centers, Environmental Health, Health Education/Substance Abuse counselling, and Carolina Access Case Management. The mission of the Cleveland County Health Department is to create a healthy and safe community in which to live and strive to assure, enhance, and protect the health of Cleveland County citizens through education and prevention. These services will be moved to the newly constructed facility on South Post Road, Shelby. In an effort to minimize the amount of time that facilities will be out of service to citizens, planning will be a key element of this project. The current hours of operation are 8:00 am to 5:00 pm Monday thru Friday. Any other hours required by the vendor for this move should be specified in the proposal. SCOPE OF SERVICES: Cleveland County Health Department employees will be responsible for moving personal belongings. They will also be responsible for emptying, packing and refiling records or supplies that must be removed from current desks, shelving or file cabinets. The Health Department currently has approximately 600 boxes (approximately 13w x 16d x 10h) available for packing. The vendor shall supply additional packing materials/boxes on an as-needed basis. The estimated number of boxes to be provided by the vendor should be specified in the proposal. Boxes provided will be returned to the vendor upon completion of the project. The Cleveland County Information Technology Department will be responsible for disconnect/relocation/reconnection of all computers, keyboards, mice, speakers, servers, etc. This will not be included in the scope of services to be provided by the vendor. Attached is a preliminary inventory of existing furniture/appliances to be moved to the new facility. It does not include files or other materials that will be boxed for moving. It will be the responsibility of the vendor to verify all furniture/appliances to be relocated. Vendors will be asked to attend pre-bid meetings to view the existing and new facilities, and premove planning meetings. These visits will be at the vendor s expense. This RFP does not commit the Cleveland County Health Department to award a contract, pay any costs incurred in

5 preparation of proposals, or to procure or contract for services or equipment used in the move. It is the vendor s responsibility to examine this RFP and exercise their own judgment as to the nature and scope of the work required. No plea of ignorance of conditions or difficulties that may exist in the execution of the work under this contract shall be accepted on the part of the vendor to fulfill the requirements of the contract. The vendor should identify key personnel (names, titles and specific responsibilities) and affiliates who would become responsible for the various aspects of the contract, if awarded. The project manager cannot be an affiliate. Key personnel will be an important factor to the successful completion of this project. The vendor should provide contact information (cell phones, pagers, etc.) for key personnel. These must be available for use while on duty. Labor, equipment and tools to move the contents of the designated areas will include disassembly and reassembly of office furniture/appliances to include, but not limited to: chairs, desks, bookcases, conference and other type tables, bulletin boards, file cabinets, refrigerators, ovens, microwaves, ice makers, etc. Due to specialization of specific medical/dental equipment and rolling files, some exceptions will be made in regard to disassembly and reassembly. These include: leased equipment, dental exam chairs, rolling file systems and eye equipment. All boxes, office furniture, equipment, etc. will be labeled by Health Department staff. The vendor shall ensure that all items are properly labeled prior to being moved. At no time should furniture, files, boxes, or equipment be left blocking halls, aisles, impeding egress ways, or in any other unsafe location. When delivered to the new site, boxes/crates should be stacked facing the same direction with labels easily visible. Items should not be on furniture or touching walls. Packing trucks should be accomplished in accordance with acceptable commercial practices for domestic shipments, unless otherwise stated. The vendor shall make shipments using the minimum number of containers consistent with the requirements of safe transit. It shall be the vendor s responsibility to determine that packing is done adequately (protected by blankets and/or fasteners) to assure that all materials arrive at the destination in an undamaged condition ready for their intended use. Items must protected against inclement weather. Movers should work quickly as possible; however, extreme caution must be taken with contents and building furnishings. Movers must not drop, dent or in any way damage furniture or equipment. They should take extreme care when moving items through both the old and new facilities as not to damage walls or finishes. VENDOR REQUIREMENTS: The Cleveland County Health Department will accept and evaluate proposals only from vendors that meet ALL of the following requirements: 1. Vendor has at least five (5) years commercial moving experience.

6 2. Vendor has all appropriate licenses. Documentation of any required state/local license or authorizations should be provided. Is your company an authorized mover in North Carolina? 3. Vendor has a minimum of three (3) moves of comparable scale and complexity within the last two years. Were these moves completed on schedule? 4. The persons assigned as project managers/supervisors of this move have a minimum of three (3) years direct professional experience with commercial/corporate/medical moving of comparable scale and complexity. 5. All other personnel (drivers, helpers, installers, etc.) engaged in the work of this project shall have at least two (2) years direct experience with commercial/corporate/medical moving experience. 6. Vendor can provide insurance at levels required see Insurance Requirements section. 7. All personnel shall be properly licensed, trained and unimpaired throughout the duration of the contract. Failure to do so could result in termination. PROPOSAL CONTENT: The evaluation and selection of a mover will be based on the information submitted in the vendor s proposal plus references and any required on-site visits or oral presentations. Failure to respond to each of the requirements in the RFP may be the basis for rejecting a response. Elaborate proposals beyond what is sufficient to present a complete and effective proposal, are not necessary or desired. Vendors are encouraged to review carefully all provisions and attachments of this document regarding conditions, requirements and specifications prior to submission of bid. Failure to do so will be at the vendors own risk. Each bid constitutes an offer and may not be withdrawn except as provided herein. Prices are to remain firm for five months from the bid opening. Bids should include an Action Plan that gives specific details as to how the vendor plans on handling the move as a whole, how they will staff the move and how they will provide enough equipment to handle the relocation. Moving critical clinical services should be planned in the best interest of citizen needs. The Action Plan should include a specific timeline, order and process in which the various departments will be moved from existing work spaces to the new building. The plan should include a description of how furniture, equipment, appliances, etc.: will be prepped for moving; and, delivery and installation will be accomplished. Describe how you will coordinate with the Health Department move team. Vendors should include project shift schedules, including arrival time on site. The vendor should review the critical nature of this move and the importance of careful handling of furniture and finishes. Adequate equipment should be provided at all locations to prevent any delays. Proposals should be quoted as a not-to-exceed cost for services. It should include all direct and indirect costs including all out-of-pocket expenses to manage the move. The vendor should submit a fee schedule to show all fees necessary to accomplish the scope of services. It should

7 address the following items: proposed lump sum to provide the move services and a subtotal for each phase of the project; respective percentage of sub-contractor involvement, if any; hourly rate schedule by personnel and the proposed number of hours budgeted for each member of the mover s team; cost should include all costs related to the project including but not limited to preparation, travel, transportation, communication, reproduction, labor, overhead, profit, etc.; and, the vendor should identify any additional work outside the scope of services that it believes is needed and the cost of such work. PROPOSAL AUTHORIZATION: All proposals must include a cover letter submitted under the vendor s name on the vendor s letterhead containing the signature and title of a person or official who is authorized to commit the vendor for services to be provided. The cover letter should also identify the primary contact for this proposal and should express the vendor s interest and serve as an executive summary of the proposal. Claims of proprietary information must be included in the cover letter. PROPOSAL EVALUATIONS, INTERVIEW AND/OR SITE VISITS: The Cleveland County Health Department and Cleveland County Finance Department will make the final selection and recommendation following the evaluation of the proposals which may include interviews, if deemed necessary, with some or all of the vendors. Best and final offers may be requested from vendors as determined to be reasonably susceptible of being selected for award for the purpose of clarification to assure full understanding of the solicitation requirements. However, the final selection may be made on the basis of the original proposals only, without negotiation or interviews. Vendors will be accorded fair and equal treatment with respect to any opportunity for discussion and revision of proposals. In conducting discussions, there will be no disclosure of any information derived from proposals submitted by competing proposers. The Cleveland County Health Department reserves the right to negotiate final fees and scope of services with the selected mover, potentially including the final composition of the team. The County has the sole discretion as to the methodology used in making the award. The award will be made to the responsible and responsive vendor who offers the best combination of criteria to include, but not limited to: qualifications, experience, capability, management, accountability, past and current performance, adherence to applicable state and federal regulations, location and cost solution in compliance with the specifications and requirements of this solicitation. WITHDRAWAL OR REVISION OF PROPOSAL: A vendor may, without prejudice, withdraw a proposal submitted prior to the date and time specified for receipt of proposals by requesting a withdrawal in writing before the due time and

8 date for submission of proposals. After the due date for submission of proposals, no proposal may be withdrawn by the vendor for a period of 120 days or as otherwise specified or provided by law. Any vendor may modify his proposal by resubmitting to the Cleveland County Health Department at any time prior to delivery of sealed bids. DESIGNATION OF INFORMATION: Vendors are hereby notified that all information submitted in response to this RFP may be made available for public inspection according to applicable public record laws. To the extent permitted by these laws, it is the intention of the Health Department to withhold the contents of the bid from public view until such times as competitive or bargaining reasons no longer require non-disclosure. At that time, all bids will be available for review in accordance with such laws. Vendors may submit with this RFP separated and marked items that they deem to be proprietary or otherwise confidential, and the specific reasons they are seeking confidentiality. Neither a proposal in its entirety nor price proposal information will be considered confidential. Advance notice will not be provided to a vendor prior to release of any requested record. INSURANCE REQUIREMENTS: The vendor will indemnify and hold harmless Cleveland County, its officers, agents and employees from and against all loss, cost, damages, expense and liability caused by an accident or other occurrence resulting in bodily injury, including death and disease to any person, or damage or destruction to property real or personal, arising directly or indirectly from operations, products or services rendered or purchased under this contract. The vendor shall obtain and maintain for the duration of services, at its own cost, the following insurance, on terms and from insurer satisfactory to the Health Department: Automobile: Bodily injury and property damage liability covering all owned, non-owned, and hired vehicles for limits of not less than $1,000,000 bodily injury each person, each accident; and $1,000,000 property damage, or $1,000,000 combined single limits, bodily injury and property damage. Commercial General Liability: Bodily injury and property damage liability as will protect from claims of bodily injury or property damage which arise from operations of this contract. The amounts of such insurance shall not be less than $1,000,000 bodily injuries and property damage combined single limit each occurrence/aggregate. This insurance shall include coverage for products/completed operations, personal injury liability and contractual liability. Workers Compensation: Employer s liability insurance should meet the statutory requirement for the State of North Carolina.

9 In case any work is subcontracted, the vendor will require the subcontractor to provide worker s compensation/employer s liability to at least the same extent as required of the vendor. CANCELLATION: The Cleveland County Health Department reserves the right to cancel this submission call for any reason whatsoever without stating reasons therefore and without compensation to anyone. The entire process is subject to final award approval by the County Manager. CONFLICT OF INTEREST: The vendor declares that it has no financial interest, directly or indirectly in the business of any third party that would be seen to be a conflict of interest in carrying out the services. It warrants that neither it nor any of its officers or directors, or any employee with authority to bind the bidder, has any financial or personal relationship or affiliation with any elected official or employee of the County or their immediate families which might in any way be seen by the County to create a conflict. CONFIDENTIALITY/SECURITY: The vendor agrees to keep all information that may be in view during the move in the strictest confidence and will neither use nor disclose it to anyone. Neither will they issue any public announcements concerning the Cleveland County Health Department. Due to the regulations that govern pharmaceutical supplies and confidential nature of records retained in the Health Department, strict methods must be adhered to during the transport of said materials. Moving these items will be part of the vendor s scope of services, but the Health Department will obtain law enforcement to escort the vendor for these transports. SAFETY: All movers should wear clean clothing that identifies the vendor. They shall remain clothed, including shirts and shoes, at all times. Work should be performed in a safe manner, adhering to OSHA and DOT guidelines, with proper technique and equipment in order to preserve the safety of the vendor s employees, county employees, or visitors. If necessary, the vendor will temporarily close off areas to prevent potential injury when moving large or heavy furniture or equipment. Vehicles used by vendor must not park in fire lanes, on sidewalks, in landscaped areas or any area not intended for vehicles.

10 The Cleveland County Health Department is a smoke/tobacco free facility; therefore, use of such products will not be permitted. COMPLIANCE WITH LAWS: The vendor agrees to comply with all applicable federal, state and local laws and regulations, including but not limited to the provisions of the North Carolina Department of Labor OSHA and Fair Labor Standards Act. Vendor agrees to include the non-discrimination and compliance provisions in any and all subcontracts to perform work under the agreement. FORCE MAJEURE: Neither party will be liable in damages or have the right to terminate this agreement for any delay or default in performing under the agreement if such delay or default is caused by conditions beyond its reasonable control including, but not limited to acts of God or public enemy, governmental restrictions, fires, floods, unusually severe weather, epidemics, quarantine restrictions and/or any other cause beyond the reasonable control of the party whose performance is affected. DEFAULT PROVISION: The contract may be canceled or annulled by Cleveland County Health Department in whole or in part by written notice of default to the vendor upon nonperformance or violation of agreement terms. An award may be made to a qualified bidder for articles and/or services specified. The defaulting vendor shall be liable to the Cleveland County Health Department for costs to the County in excess of the defaulted contract prices. DAMAGES: A building walk thru will be done before and after the move to determine any damage. Should a vendor or its responsible agent/employee damage the building, they will be responsible for the repair using the project s General Contractor. Please specify how you determine reimbursement for damages to furniture, etc. that might occur during the move. What type of forms must be completed to establish a claim for damages?

11 COST PROPOSAL Note: All costs should be included in the fees for services proposed. There will be no additional expenses billed to Cleveland County for any reason. Description Hourly rate for 1 box truck and 1 driver/mover $ x hrs. Hourly rate for 1 tractor trailer and 1 driver/mover $ x each Cost of additional helper, hourly rate $ x hrs. Cost of supervisor, hourly rate $ x hrs. Hourly rate for travel time itemized separately $ x hrs. Mileage rate per mile $ (Note: the locations are 5 miles apart) x miles Fuel Surcharge Miscellaneous Fees Moving box, 1.5 cubic foot box Moving box, 2.0 cubic foot box Moving box, 3.0 cubic foot box Moving box, 4.0 cubic foot box Plastic bins or moving crates (used vs. boxes)

12 4 wheel dollies Other Costs Please list other costs not listed that are normally part of your service. Also include any minimum charges and travel costs. Description Description Description Description Description Description Description Total cost of move, not to exceed $ Other Response Requirements: 1. Do you have wrap and crate capabilities? Yes No 2. How many miles from 315 E. Grover Street, Miles Shelby, NC is your facility located? 3. Are there any moving related services you cannot Yes No provide? If yes, provide details on an attached sheet. 4. Are there any moving related services you CAN Yes No provide that are not referenced in RFP? Please specify. 5. How many moves do you perform annually Average per year 6. What percentage of jobs over the last three years Average % had claims filed? 7. How severe were the claims (dollar value)? Average $ Payment for Services:

13 Please summarize your requirement for payment of moving services. VENDOR REFERENCES This form will be used to assess a vendor s qualification and will be used to determine if proposal submitted is from a responsible bidder. Factors such as past performance, integrity, conformity to the specifications, etc., will be used in evaluating proposals. NAME OF VENDOR: ADDRESS: Number of years your company has provided moving services under this name: REFERENCES: List three completed projects similar in nature to this Scope of Services that demonstrates your company s ability to perform the required services. Company Name and Address Telephone No. $ Value of Project 1. Describe Project: 2. Describe Project:

14 3. Describe Project: VENDOR'S CHECKLIST Cover letter Identify project manager/supervisors (names, titles, responsibilities & experience) Identify other personnel (names, titles, responsibilities & experience) Identify affiliates (names, titles, responsibilities & experience) License information provided List of previous moves of similar size Insurance coverage Detailed moving action plan with timeline & work schedules Cost proposal Conflict of interest statement References Invoice procedures

15 BID TIMELINE Bid Announcement September 15, 2015 Information Session Walk thru of current facilities 10:00 am October 6, 2015 Cleveland County Health Department 315 E. Grover St., Shelby, NC 2 nd Floor Conference Room Deadline for information requests 5:00 pm October 19, 2015 Sealed proposals due 5:00 pm October 30, 2015 Cleveland County Finance Department 311 E. Marion St., Shelby, NC

16

17

18

19

20 Cleveland County Health Department Annex

21

Request for Proposal No. 15-01 Moving Services

Request for Proposal No. 15-01 Moving Services Request for Proposal No. 15-01 Moving Services March 30, 2015 Closing Location Main Switchboard Peterborough County-City Health Unit 10 Hospital Drive, Peterborough, ON K9J 8NM1 Closing date and time Responses

More information

Request for Proposal No. 1355. Office Moving Services

Request for Proposal No. 1355. Office Moving Services Request for Proposal No. 1355 Office Moving Services Issue date: August 3, 2012 Closing Location Purchasing Department 2020 Labieux Road Nanaimo, BC V9T 6J9 City Contact Maurice Mauch Project Manager,

More information

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

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

More information

OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project)

OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project) OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE (Project) PART I GENERAL TERMS AND CONDITIONS 1. REQUIREMENTS 1.1. Pricing will be per unit shown and charges will be totaled in the extension

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

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

More information

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

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.

More information

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 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

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

More information

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1 P a g e 1 Request for Proposal Architectural/Engineering Services Adapt/SouthRiver CHC RFP for Architectural/Engineering Services P a g e 2 Introduction (SRCHC), a Federally Qualified Health Center, is

More information

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

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

More information

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

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

More information

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

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This

More information

CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES

CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES The City of Beavercreek is seeking quotes for mowing, trimming and general cleanup of private properties found to be

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

More information

Relocation Services Request for Proposal

Relocation Services Request for Proposal SCOPE OF WORK The University of South Carolina (University) is seeking proposals from qualified entities to provide comprehensive relocation services to interested faculty and staff being employed on any

More information

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A. MONTCLAIR STATE UNIVERSITY STANDARD CONTRACT TERMS AND CONDITIONS I. The contractor certifies that it understands and agrees that the following terms and conditions (collectively the "University s Standard

More information

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES

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

More information

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: April

More information

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: david.sifford@rowancountync.gov REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued

More information

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

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

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

More information

Request for Proposals

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

More information

How To Get A Job Done

How To Get A Job Done CUMBERLAND COUNTY COMMUNITY DEVELOPMENT (CCCD) HOUSING REHABILITATION PROGRAM PO DRAWER 1829 707 EXECUTIVE PLACE FAYETTEVILLE, NC 28302-1829 CONTRACTOR QUALIFICATIONS: REHABILITATION CONTRACTOR'S HANDBOOK

More information

INVITATION TO BID. Contractor Services Associated with:

INVITATION TO BID. Contractor Services Associated with: INVITATION TO BID Contractor Services Associated with: COMMUNITY CENTER AT 330 WINDSOR AVENUE ROOF REPAIR AND RESTORATION PROJECT 330 WINDSOR AVENUE WINDSOR, CT 06095 THIS IS A REQUEST FOR PROPOSALS AND

More information

Invitation for Bid. For. Bank Courier Services

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

More information

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT PREPARED BY: EXETER FIRE DEPARTMENT 20 COURT STREET EXETER NH 03833 TABLE OF CONTENTS PAGE INVITATION

More information

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

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

More information

RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE

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

More information

Request for Quotes Conductor Heads / Downspout Replacement

Request for Quotes Conductor Heads / Downspout Replacement February 8, 2016 RFP-1516-393 Request for Quotes Conductor Heads / Downspout Replacement The Danville Public Schools Maintenance Department is requesting quotes for Collector / Downspout replacement as

More information

E-RATE CONSULTING AGREEMENT

E-RATE CONSULTING AGREEMENT E-RATE CONSULTING AGREEMENT This E-Rate Consulting Agreement is made and entered into on this _6th_ day of August 2012 between the Harrisburg School District (the District ) and Julie Tritt-Schell (the

More information

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS

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

More information

Town of Maiden. Request for Proposals For Sign Replacement Project

Town of Maiden. Request for Proposals For Sign Replacement Project Town of Maiden 19 N. Main Avenue Maiden, NC 28650 (828) 428-5000 Request for Proposals For Sign Replacement Project Section I Introduction and Intent of RFP: Pursuant to the General Statutes of North Carolina

More information

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement

More information

Robla School District

Robla School District Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School

More information

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

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

More information

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING This Agreement is hereby entered into by and between Piedmont Triad Regional Council (herein Contractor ) and (Subcontractor)

More information

To receive consideration, bids must be submitted in accordance to the following instructions:

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

More information

Request for Proposal Hewlett Packard Network Switches and Peripherals

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 rsigan@vernon-ct.gov

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

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

More information

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

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

More information

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 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

More information

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

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

More information

REQUEST FOR QUOTATION

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

More information

INLAND VALLEY DEVELOPMENT AGENCY REQUEST FOR PROPOSALS (RFP) FOR PAYROLL SERVICES

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

More information

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between and HARRISBURG AREA COMMUNITY COLLEGE This Agreement is made between Harrisburg Area Community College (HACC), whose primary address is One HACC

More information

PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS

PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS Point to Point Leak Detection Survey RFP # 2014-02 PROPOSAL OPENING DATE July 26, 2013 3:00 PM REQUEST

More information

Request for Proposals for Upgraded or Replacement Phone System

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

More information

VILLAGE HALL MOVING SERVICES

VILLAGE HALL MOVING SERVICES REQUEST FOR PROPOSALS VILLAGE HALL MOVING SERVICES The Village of Lake Orion is seeking proposals from qualified contractors to provide commercial office moving services. The village administrative offices

More information

BENTON COUNTY, MINNESOTA REQUEST FOR PROPOSALS

BENTON COUNTY, MINNESOTA REQUEST FOR PROPOSALS BENTON COUNTY, MINNESOTA REQUEST FOR PROPOSALS PROFESSIONAL LABOR RELATIONS/ NEGOTIATION SERVICES FEBRUARY, 2011 BENTON COUNTY REQUEST FOR PROPOSALS: PROFESSIONAL LABOR RELATIONS/ NEGOTIATION SERVICES

More information

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

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

More information

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

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

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

More information

PROPOSAL COVER SHEET

PROPOSAL COVER SHEET PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION PROPOSAL COVER SHEET Contact Information: Oakland County Purchasing Division Building 41 West - Lower Level

More information

SPECIFICATIONS FOR ROOT CONTROL IN CITY MAINTAINED SANITARY SEWERS

SPECIFICATIONS FOR ROOT CONTROL IN CITY MAINTAINED SANITARY SEWERS Water Resources SPECIFICATIONS FOR ROOT CONTROL IN CITY MAINTAINED SANITARY SEWERS Contract Duration: September 15, 2014 September 15, 2017, with possibility of 2 annual extensions for year 2018 and 2019.

More information

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR AGREEMENT made this day of, 201_, pursuant to the provisions of the Delaware River Basin Compact, by and between the DELAWARE RIVER BASIN COMMISSION

More information

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

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

More information

Gasparilla Island Bridge Authority REQUEST FOR PROPOSALS LANDSCAPE SERVICES

Gasparilla Island Bridge Authority REQUEST FOR PROPOSALS LANDSCAPE SERVICES Gasparilla Island Bridge Authority REQUEST FOR PROPOSALS LANDSCAPE SERVICES RFP #2016-03 P.O. Box 1918 Boca Grande, Florida 33921 www.giba.us Kathy Banson-Verrico, Executive Director INTRODUCTION The State

More information

CITY OF LONGVIEW Public Development Authority. c/o Bob Gregory, Executive Director. Physical Address CITY OF LONGVIEW Public Development Authority

CITY OF LONGVIEW Public Development Authority. c/o Bob Gregory, Executive Director. Physical Address CITY OF LONGVIEW Public Development Authority CITY OF LONGVIEW Public Development Authority c/o Bob Gregory, Executive Director P.O. Box 128 1525 Broadway Longview, Washington 98632 Phone: 360.430-4946 Fax: 360.442.5950 Request for Proposals for Professional

More information

REQUEST FOR INFORMATION

REQUEST FOR INFORMATION Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR INFORMATION EMERGENCY MITIGATION AND RESTORATION SERVICES RFI # 09-10 ISSUE DATE: November 17, 2009 DUE DATE: OPEN

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS This purchase order is subject to the following terms and conditions. The terms and conditions herein set forth constitute an offer by Purchaser and may be accepted

More information

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m.

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m. REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES RFQ Release Date: August 3, 2015 Quote Due Date: August 21, 2015 at 5:00 p.m. SOUTHEAST MICHIGAN COMMUNITY ALLIANCE (SEMCA) 25363 Eureka Rd. Taylor, MI 48180

More information

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

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE ) PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list

More information

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

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

More information

SOLICITATION QUOTATION PROFESSIONAL SERVICES

SOLICITATION QUOTATION PROFESSIONAL SERVICES SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION PROFESSIONAL SERVICES Contact Information: Oakland County Purchasing Division

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

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

More information

LUZERNE COUNTY COMMUNITY COLLEGE

LUZERNE COUNTY COMMUNITY COLLEGE LUZERNE COUNTY COMMUNITY COLLEGE Request for Proposals For Professional Architectural and Engineering Services For Miscellaneous Projects on an As-Needed Basis October 29, 2014 Page 1 of 10 Request for

More information

Request for Proposal NORTEL TELEPHONE SYSTEM MAINTENANCE SERVICES. Luzerne County Information Technology Department LUZERNE COUNTY PENNSYLVANIA

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,

More information

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL ISSUED: JUNE 21, 2016 PROPOSALS DUE: AUGUST 22, 2016 CITY OF RIVERSIDE

More information

REQUEST FOR PROPOSAL FOR: IT CONSULTANT

REQUEST FOR PROPOSAL FOR: IT CONSULTANT SYS13-05 REQUEST FOR PROPOSAL FOR: IT CONSULTANT COMMUNITY COLLEGE SYSTEM OF NH PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for the Community College System of NH System

More information

IFB 2015-0009 BID SPECIFICATIONS. For COURTHOUSE SECURITY

IFB 2015-0009 BID SPECIFICATIONS. For COURTHOUSE SECURITY IFB 2015-0009 BID SPECIFICATIONS For COURTHOUSE SECURITY April 2015 Facilities Management Division 12A Gateway Circle Hilton Head Island, SC 29926 843-342-4581 TOWN OF HILTON HEAD ISLAND INVITATION FOR

More information

REQUEST FOR PROPOSALS FOR LEGAL SERVICES

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

More information

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT 1 TABLE OF CONTENTS PAGE INVITATION FOR PROPOSALS 3 SPECIFICATIONS 4 ATTORNEY S FEES AND COSTS, INSURANCE

More information

REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015

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

More information

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 5, 2014 NOTICE TO BIDDERS LAUNDERING, PRESSING & DRY CLEANING

More information

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078 Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School

More information

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

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

More information

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support CITY OF DALLAS Request for Competitive Sealed Proposal (RFCSP) BUZ1524 For SCADA Repair, Parts and Support Purpose The purpose of this specification is to establish a thirty-six (36) month service agreement

More information

Request for Proposal 911- SUPPLEMENTAL ALI DATABASE MANAGEMENT SERVICES AND SUPPORT

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

More information

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING

More information

NPSA GENERAL PROVISIONS

NPSA GENERAL PROVISIONS NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee

More information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and

More information

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

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

More information

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement THIS INDEPENDENT CONTRACTOR SERVICES AGREEMENT (this Agreement ) is made this day of, 20 (the Effective Date ), regardless of the date of execution, by and between Sierra Field Services, Inc., a Nevada

More information

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642 COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where

More information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document

More information

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave. Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott

More information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

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

More information

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between the STOCKTON UNIVERSITY (the "UNIVERSITY") and (Name of Company), with a business address at ("the Service Provider ). 1.1 The Services ARTICLE

More information

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

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

More information

Kennebec Valley Community College 92 Western Avenue Fairfield, ME 04937. Competitive Bid Request for Proposal This is Not an Order

Kennebec Valley Community College 92 Western Avenue Fairfield, ME 04937. Competitive Bid Request for Proposal This is Not an Order Kennebec Valley Community College 92 Western Avenue Fairfield, ME 04937 Competitive Bid Request for Proposal This is Not an Order Transcription Services Date: June 14, 2016 Proposals Due On: June 27, 2016

More information

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

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

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE Due on or before 11:00 A.M. ON FRIDAY, MARCH 7, 2014 at the: OFFICE OF THE PURCHASING COORDINATOR CENTRAL OFFICE WESTON

More information

To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June 12, 2015 Pages: 10

To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June 12, 2015 Pages: 10 Armond Budish Cuyahoga County Executive Cuyahoga County Division of Senior and Adult Services To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June

More information

Air Conditioning Maintenance Services

Air Conditioning Maintenance Services Town of Lauderdale-By-The-Sea REQUEST FOR PROPOSAL No. 14-05-01 Air Conditioning Maintenance Services RFP OPENING: July 29, 2014 2:00P.M. Town Hall 4501 Ocean Drive Lauderdale-By-The-Sea, FL 33308 acs

More information

Professional Services Agreement

Professional Services Agreement BY ORDERING OR ACCEPTING PROFESSIONAL SERVICES FROM TASER INTERNATIONAL, INC. (TASER) YOU AGREE THAT YOU HAVE READ AND UNDERSTAND THIS AGREEMENT AND YOU ACCEPT AND AGREE TO BE BOUND BY THE FOLLOWING TERMS

More information

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT Joliet Junior College Request for Proposal INFORMATION SECURITY PENETRATION ASSESSMENT RFP Opening MAY 22, 2013 @ 2:00P.M. Background

More information

Center Unified School District

Center Unified School District 8408 Watt Ave., Antelope, CA 95843 916-338-6337 / Fax 916-338-6339 BOARD OF TRUSTEES Gary Blenner Raymond F. Bender Matthew L. Friedman Libby Williams Donald E. Wilson SUPERINTENDENT Dr. Kevin Jolly, Ed.D

More information

REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services

REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES Union County Emergency Medical Services 1 DEFINITIONS For the purposes of this Request for Proposal, "Proposer" shall mean contractors,

More information

CONSULTING AGREEMENT between THE BOARD OF REGENTS OF THE UNIVERSITY SYSTEM OF GEORGIA BY AND ON BEHALF OF THE UNIVERSITY OF GEORGIA and

CONSULTING AGREEMENT between THE BOARD OF REGENTS OF THE UNIVERSITY SYSTEM OF GEORGIA BY AND ON BEHALF OF THE UNIVERSITY OF GEORGIA and Re: Check Request No. CONSULTING AGREEMENT between THE BOARD OF REGENTS OF THE UNIVERSITY SYSTEM OF GEORGIA BY AND ON BEHALF OF THE UNIVERSITY OF GEORGIA and THIS AGREEMENT made this day of 20, by and

More information