POLK COUNTY SHERIFF S OFFICE RFP # P Audio Visual Equipment for SOC October 19, 2009

Size: px
Start display at page:

Download "POLK COUNTY SHERIFF S OFFICE RFP # P Audio Visual Equipment for SOC October 19, 2009"

Transcription

1 455 N. Broadway Bartow, FL Phone: POLK COUNTY SHERIFF S OFFICE RFP # P Audio Visual Equipment for SOC TO: All Vendors The Polk County Sheriff s Office is seeking Formal Proposals for the purchase of Audio Visual Equipment for the new Sheriff s Operation Complex currently being built, as indicated within the context of this Proposal. Submit your Proposal in a sealed envelope marked, #P , ECC Collaborative Audio Visual Equipment for SOC. The Proposals are to be delivered as follows: Polk County Sheriff s Office Central Services Bureau Purchasing Section 3705 US Hwy 98 South, Unit 14 Lakeland, FL Proposals are to be submitted no later than 2:00 P.M. on November 18, Proposals received after this time will not be considered. All requests for additional information or questions should be directed to Purchasing Agent Ashley Provenza, CPPB at aprovenza@polksheriff.org or (863) , ext 102. Detailed instructions for the completion of the Proposal are contained in this Request for Proposal. The Polk County Sheriff s Office reserves the right to award the bid to the lowest, most responsive and responsible Vendor. The Polk County Sheriff s Office further reserves the right to consider matters such as, but not limited to; quality offered, delivery terms, budget requirements, location, and service reputation of the Vendor, in determining the most advantageous Bid. The Polk County Sheriff s Office thanks you for your effort and interest in serving the Polk County Sheriff s Office and the taxpayers of Polk County. Sincerely, David J. Rounds Deputy Director, Central Services Bureau SEVEN STAR ACCREDITED AGENCY

2 Table of Contents A. Topic Page Vendor s Checklist 3 Statement of No Bid 4 Schedule of Events 5 Pre-Proposal Meeting/Intent to bid RSVP Form 6 Specifications 7-11 Evaluation and Award Criteria 12 Layouts Insurance Form 21 Terms and Conditions Vendor Acknowledgement Form 27 Public Entity Crime Information Form Anti-Collusion Statement Authorized Signatures/Negotiators Form 28 Bid Label 29 2

3 Checklist Failure to submit the following items may result in your bid being declared non-responsive. Proposal Document or Statement of No Bid Page 4 Pre-Proposal Meeting/Intent to bid RSVP Form Page 6 Evaluation and Award Criteria Page 12 Insurance Requirements Page 21 Vendor Acknowledgement Form, signed Page 27 Public Entity Crime Information Form, signed Anti-Collusion Statement, signed Authorized Signatures/Negotiators Form Page 28 3

4 STATEMENT OF NO BID If you are not bidding on this service/commodity, please complete and MAIL this form to: Polk County Sheriff s Office Central Services Bureau Purchasing Section 3705 US Highway 98 South, Unit #14 Lakeland, Florida Failure to respond may result in deletion of Vendor s name from the Qualified Bidder s List for the Polk County Sheriff s Office. Company Business Name: Minority Owned: Address: ( ) Black Telephone: ( ) Hispanic Fax Number: ( ) Women Signature: ( ) Other Date: ( ) Non-Minority We, the undersigned have declined to bid on proposal #P because of the following reason: Specifications too tight, i.e., geared toward brand or manufacturer only. Explain below. Insufficient time to respond to the Bid. We do not offer this service/commodity. We are in the business of:. Unable to meet specifications Too busy at this time to bid project. Would like to be considered for future projects. Yes No Other: (please explain) 4

5 Schedule of Events Pre-Proposal Meeting November 4, 2009 Location: Proposal Due Date November 18, 2009 Lawrence W. Crow Building Training Room 455 N. Broadway Ave Bartow, FL Evaluation Committee Meeting Best and Final Offers Award TBD TBD TBD 5

6 PRE-PROPOSAL MEETING/NOTICE OF INTENT TO BID RSVP FORM Please complete this form so we are aware of the quantity of responses we can anticipate. Please return this form no later than October 30, You may either or fax your response. Fax: or Non-Mandatory Pre-Proposal Meeting Date: November 4, 2009 Time: 10:00 A.M. Location: Lawrence W. Crow Building Training Room 455 N. Broadway Ave Bartow, FL I do plan to attend the Pre-Proposal meeting. I do not plan to attend the Pre-Proposal meeting. Intent to bid Proposals are due on, or before, November 18, 2009, no later than 2:00 P.M. I do intend to respond to this proposal. I do not intend to respond to this proposal. Company Name address Printed Name Signature 6

7 Specifications Polk County Sheriff s Office New Sheriff s Operations Complex Audio/Visual Communications System / Network Request for Proposals The Polk County Sheriff s Office (PCSO), headquartered in Bartow, Florida, is seeking to purchase a variety of audio/visual, communications solutions for the new Sheriff s Operation Complex currently being built. Polk County government is building a new Public Safety Complex, which is planned to be finished sometime after the beginning of the new 2010 calendar year. The planned move-in date is tentatively scheduled for March The entire Polk County Public Safety complex will consist of four new buildings; the Sheriff s Operation Center (SOC), the Emergency Communications Center (ECC), the Crime Scene Investigations Center (CSIC) and the county s Emergency Operations Center (EOC). The first three buildings (SOC, ECC, and CSIC) make-up the Sheriff s complex and the fourth building, the EOC, is a county, public safety, emergency management building. All four buildings on the campus will be connected for the purposes of voice, video, data communications and data transfer connectivity as outlined and a part of this RFP. This RFP addresses the Sheriff s Office need to acquire and install an Audio / Visual System / Network. The RFP does not include the internal County EOC A/V or their requirements other than connectivity to be able to transfer data, video, and voice between all buildings. Attached are the overall campus site layout and the layouts for all three Sheriff s Office buildings (SOC, ECC, and CSIS). The SOC is a three-story building and each floor layout is attached. SOC A/V System / Network This RFP is soliciting proposals from qualified, experienced audiovisual vendors to provide the installation of various audiovisual solutions throughout the new SOC complex three buildings and on multiple floors. The successful PCSO A/V vendor will work with the County EOC A/V vendor to insure connectivity and compatibility to interact with the EOC on an as needed basis. This will require vendor proposals to provide itemized breakdowns of equipment, software, services, and labor as outlined in this RFP. The audio / video needs are separated by rooms or areas of the new Sheriff s Operation Center and associated sheriff s buildings on the campus. (This does NOT include the County s Emergency Operations Center). 7

8 BREAK ROOM 108 (JCC/ECC) PCSO needs one (1) 40 LCD monitors with speakers to be mounted on the walls of the Break Room. The proposal should include wall mounts for the monitors and wall shelves for the cable boxes. PCSO furnished cable feeds and boxes will be connected to the LCD s for viewing SNN, cable or satellite TV. FITNESS ROOM / 1009 PCSO needs two (2) 40 LCD monitors with speakers to be mounted on the walls of the Fitness Room. The proposal should include wall mounts for the monitors and wall shelves for the cable boxes. PCSO furnished cable feeds and boxes will be connected to the LCD s for viewing SNN, cable or satellite TV. BREAK ROOM 1010 PCSO needs two (2) 40 LCD monitors with speakers to be mounted on the walls of the Break Room. The proposal should include wall mounts for the monitors and wall shelves for the cable boxes. PCSO furnished cable feeds and boxes will be connected to the LCD s for viewing SNN, cable or satellite TV. IT NETWORK ADMINISTRATION CENTER (NAC) / 1021 PCSO needs four (4) 40 LCD monitors with speakers for monitoring the PCSO IT countywide network. The four monitors will be mounted on the south wall of this room. PCSO furnished cable feeds and boxes will be connected to the LCD s for monitoring the PCSO IT countywide network or viewing SNN, cable or satellite TV. IT PLANNING ROOM / 1023 PCSO needs one (1) 46 LCD monitor with speakers and wall mount will be installed to support small department planning and training meetings. In addition, one (1) 77 SMART Board with wall mount will be installed. PCSO furnished cable feeds and boxes will be connected to the PCSO network. MULTIPURPOSE / MEDIA ROOM / 1037 The A/V for this room will be purchased and installed via a sole source contract with an existing PCSO vendor. The successful vendor of this RFP will need to work with this vendor to be sure that all A/V in this room will be connected to and interact with the other A/V in the building and complex. MEETING ROOM / PROCAP 1070 The A/V for this room will be purchased and installed via a sole source contract with an existing PCSO vendor. The successful vendor of this RFP will need to work with this vendor to be sure that all A/V in this room will be connected to and interact with the other A/V in the building and complex. CONFERENCE ROOM / 1073 PCSO needs one (1) 77 SMART Board with wall mount with a wall plate and cable will connect to a ceiling mounted projector to be used with an PCSO-provided laptop computer. PCSO furnished cable feeds and boxes will be connected to the PCSO network. 8

9 2ND FLOOR TRAINING ROOM / 2043 Vendor will provide and install one (1) 46 LCD monitor with speakers and wall mount with a wall plate and cable with connectivity to a PCSO-provided laptop computer. PCSO furnished cable feeds and boxes will be connected to the PCSO network. CONFERENCE ROOM / 2068 Vendor will provide and install one (1) 77 SMART Board with wall mount with a wall plate and cable will connect to a ceiling mounted projector to be used with an PCSOprovided laptop computer. PCSO furnished cable feeds and boxes will be connected to the PCSO network. CONFERENCE ROOM / 3117 Vendor will provide and install one (1) 46 LCD monitor with speakers and wall mount with a wall plate and cable with connectivity to a PCSO-provided laptop computer. PCSO furnished cable feeds and boxes will be connected to the PCSO network. CONFERENCE ROOM / 3119 Vendor will provide and install one (1) 32 LCD monitor with speakers and wall mount with a wall plate and cable with connectivity to a PCSO-provided laptop computer. PCSO furnished cable feeds and boxes will be connected to the PCSO network. CONFERENCE ROOM / 3054 Vendor will provide and install one (1) 77 SMART Board with wall mount with a wall plate and cable will connect to a ceiling mounted projector to be used with an PCSOprovided laptop computer. PCSO furnished cable feeds and boxes will be connected to the PCSO network. CONFERENCE ROOM / 3057 Vendor will provide and install one (1) 77 SMART Board with wall mount with a wall plate and cable will connect to a ceiling mounted projector to be used with an PCSOprovided laptop computer. PCSO furnished cable feeds and boxes will be connected to the PCSO network. 3RD FLOOR EXECUTIVE CONFERENCE ROOM / 3101 Vendor will provide and install complex A/V system for this room, which includes installation of one (1) wall mounted 87 diagonal SMART interactive white board, and projector with ceiling mounts with a wall plate, cables, and adaptors for connection. Also, two (2) - small ceiling mounted speakers with amplifier included to provide sound re-enforcement. Vendor will provide and install one (1) 47 and four (4) 32 LCD TV s for the room. The 47 LCD will be mounted on the center of the wall and flanked by the 4 32 LCD s. These will be fed by the owner s cable TV feeds and cable boxes. Vendor will also provide a pop-up box, mounted in the table with cables for connectivity to PCSO-provided laptop. Vendor will install a floor box will be provided with connection plates for the telephone, projector, LCD s and all A/V cabling for the room. Vendor will supply conference phone to be connected to the floor box and conference table pop-up 9

10 station. PCSO furnished cable feeds and boxes will be connected to the LCD s for viewing SNN, cable or satellite TV. EIGHT (8) SMALL MEETING ROOMS/1ST, 2ND & 3RD FLOORS (ROOMS TBD) The PCSO will identify eight additional smaller meeting rooms that each will receive one (1) 40 LCD monitor with speakers with wall mounts. A wall plate with connectivity for a laptop computer + audio and connectivity for an owner-provided DVD/VCR will also be provided. REMOVAL, RELOCATION AND INSTALLATION OF EQUIPMENT The PCSO needs to un-install one (1) 60 LCD and four (4) 36 televisions that are currently located in our Communications Center in Bartow and re-install them in either the new Sheriff s Operation Center or some other PCSO location in Polk County. GENERAL PROJECT INSTALLATION Installation for this project should be priced separately and include but not be limited to all wire, cable, miscellaneous connectors, hardware, supplies, installation labor, wiring labor, programming labor, project management and supervision, as-built CAD drawings, manuals, clerical, training, shipping, storing, insurance, low voltage permit, travel, 1-year preventative maintenance, service and warranty. SOC A/V Solution Provider Must also be able to: Provide a letter showing proof of being able to secure a Performance and Payment Bond if requested. Provide proof of being registered and licensed in the state of Florida. Demonstrate at a minimum of 10 years in business in the A/C industry or a closely related field. Proof of Worker s Compensation Insurance, Business License for the State of Florida, and Low-Voltage Contractor s License. Provide documentation and references of at least (3) similar size, scope and complexity projects. Telephone numbers, names and addresses to speak with the end-users to discuss installation and experience. Demonstrate evidence of certified dealer for all of the A/V products. Utilize that only A/V technicians, who are factory trained / certified, to install, program and commission all of the A/V products. Train PCSO IT staff on all of the equipment and its use and basic maintenance. Proof of factory certified repair department and trained repair and service technicians. Offer 24/7 manned Help Desk A/V Engineers with certified CTS designations for emergencies on holidays, weekends or after hours. Provide a support plan to maintain and repair A/V Wall equipment and software within a 2-hour window. The PCSO will seek liquidated damages should the solution provider contractor be unable to finish the job on an agreed upon schedule. 10

11 The overall A/V solutions should be color coordinated to match the workstation consoles located throughout the SOC and finished off with a professional look. Manufacturer of the A/V equipment should ensure design for long-term support in terms of spare parts (manufacturer must guarantee availability of parts for 7 years). All of the A/V solutions must be hardware and software/network-based solutions that are compatible with the PCSO s existing IT network. The solution must allow multiple users to access, view, distribute, and collaborate with live content simultaneously. The solution must operate on standard COTS servers and PC s and must operate over CAT 5, CAT5e, CAT6 cabling. The solution must be scalable/expandable (provide upgrade path in the future). The solution should provide for a limited amount of hardware for its implementation and functionality, thus saving cost, space, and limiting the need for excessive ongoing maintenance. The solution should provide the lowest long-term cost of ownership possible to limit the need for costly annual operation expenses. Vendor proposal needs to itemize and separate all equipment, hardware, and software by section and by room. Each room should have a technical, easy to understand narrative summary of what is in room and in addition, an itemized backup detail for each and every piece of equipment in the room. Labor for this project should be itemized separately with an easy to understand narrative summary. Vendor will be required to supply a one (1) year warranty on equipment, installation and any miscellaneous work completed by the vendor. Warranty will be initialized after the Polk County Sheriff's Office approved representative verifies and signs off on a successful implementation. Vendor must provide in their proposal detailed maintenance cost for up to five (5) years after initial warranty. Maintenance cost should be itemized separately with an easy to understand narrative summary. 11

12 Evaluation & Award Process Following are the areas that will be evaluated but not limited to: Technical Design Ease of Use / Operation Solution Price Vendor Experience / Viability Maintenance Plan/Costs Short-listed Vendors may then be evaluated based on references, oral presentations, and site visits. Written responses to queries for further clarification may also be required. Best and Final offers may be requested from the Short Listed Vendors. I have read and understood the contents of the above specification form. Signature Date Print Name Vendor 12

13 Layouts First Floor Zone A 13

14 FIRST FLOOR ZONE B 14

15 FIRST FLOOR ZONE C 15

16 FIRST FLOOR RCP-AV EQUIPMENT & ELECTRICAL 16

17 SECOND FLOOR ZONE A 17

18 SECOND FLOOR ZONE B 18

19 THIRD FLOOR ZONE A 19

20 THIRD FLOOR ZONE B 20

21 POLK COUNTY SHERIFF S OFFICE INSURANCE REQUIREMENTS FOR SERVICE VENDORS Vendors are required to maintain proper insurance coverage, including Worker s Compensation, General, and Automobile Liability Insurance in order to be approved to do business with the Polk County Sheriff s Office. Workers Compensation is required for all contracts and/or services under Two Thousand Five Hundred Dollars ($2,500.00). A certificate of coverage must be submitted and a waiver of subrogation must be noted on the certificate. If your company is exempt from having Workers Compensation, you must submit a copy of the Exemption for our records. Vendors must provide a minimum of Five Hundred Thousand Dollars ($500,000.00) in Workers Compensation, General and Automobile Liability Insurance coverage for all contracts and/or services costing between Two Thousand Five Hundred Dollars and Fifty Thousand Dollars ($2, to $50,000.00). For contracts over Fifty Thousand Dollars ($50,000.00), Vendors are required to have a minimum of One Million Dollars ($1,000,000) in Insurance coverage. The Polk County Sheriff s Office must be named on all policies as an additional insured. It is necessary that annual insurance certificates be submitted to the Purchasing Section to maintain approved vendor status and ensure compliance with all requirements. The Polk County Sheriff s Office welcomes the opportunity to work with you and to maintain a strong partnership. Should have any questions regarding this request, please do not hesitate to contact the Purchasing Section of the Polk County Sheriff s Office at (863) I have read and understood the above Insurance Requirements Signature Print Name Vendor Date 21

22 TERMS AND CONDITIONS Vendor: To insure acceptance of the bid, follow these instructions: 1. CONTRACT PERIOD: The Contract shall be ongoing, for the initial purchase, installation, and future maintenance of equipment, for up to five years after initial warranty expiration. If the Board of County Commissioners of Polk County, in the regular course of its budget or appropriation process, withdraws, or fails to appropriate funds for the procurement of services under this Agreement, then the Sheriff may terminate this Agreement at the conclusion of any billing cycle or the beginning of the unfunded budget period with at least thirty (30) days prior written notice to Provider. The Sheriff agrees to pay Provider all charges and expenses incurred before the effective date of such termination. 2. EXECUTION OF BID: Bid must contain a manual signature of an authorized representative in the space provided. 3. SEALED BID/SEALED PROPOSALS/SOLICITATIONS: All bids must be submitted in a sealed envelope. The face of the envelope shall contain the date and time of the Bid Opening and the Bid Number if applicable. If the Bid is to be returned via Express Mail or in a courier envelope, the Bid documents should be submitted in a separate sealed envelope within the courier envelope. Express mail or courier envelopes will be opened and discarded. The face of the Sealed Bid envelope should have attached the label included with the Bid package or noted, the Bid File Number and Attention: Purchasing Section Sealed Bid. If there is not going to be a bid submitted, please fill out the STATEMENT OF NO BID form, included in this Bid package. Offers by telephone or facsimile for a sealed bid or proposal cannot be accepted. It is the Vendor s responsibility to assure that the bid is delivered at the proper time and place of the bid opening. 4. BID OPENING: Shall be public on the date and at the time specified on the bid form or shortly thereafter. Bids that for any reason are not delivered by the specified date and time will not be returned, but will be retained in the BID FILE unopened. 5. PRICES AND TERMS: The Polk County Sheriff s Office will evaluate and select the bid they feel will be in the best interest of the Sheriff s Office. a. TAXES: Polk County Sheriff s Office does not pay Federal Excise or State Sales Taxes. b. MISTAKES: Vendors are expected to examine the specifications, delivery schedules, bid prices and all instructions pertaining to product(s). Failure to do so will be at Vendor s risk. c. CONDITION: All product(s) not conforming in every way acceptable to the Polk County Sheriff s Office shall be rejected. d. F.O.B. Prices: All prices shall be quoted F.O.B. Destination. The Seller shall pay all transportation charges and title to the goods shall transfer to the Purchaser at the destination. 22

23 6. QUANTITIES: Quantities shown are not guarantees of purchase. The Polk County Sheriff s Office may purchase additional quantities from other Vendors during the life of the Contract. Quantities stated on this Bid represent estimated usage for a oneyear period. 7. BRAND NAMES: Manufacturers names, trade names, brand names, model, and catalog numbers used in these specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive. Bids will be considered for alternative brands that meet or exceed the quality of the specifications listed for any item. 8. BRAND SUBSTITUTIONS: Bids will be considered for items complying substantially with specifications, provided deviations to the specifications are stated, and items are described in detail. When offering alternate products, it is the responsibility of the bidder to indicate the brand names and model/catalog numbers, and to provide evidence of the equality of the items to the products specified in the solicitation. Standard catalog sheets or technical data will not be accepted in lieu of this requirement. The Polk County Sheriff s Office will be the sole judge of whether such alternates are equivalent to the items specified. The Polk County Sheriff s Office reserves the right to waive immaterial variations in the specifications. 9. NON-EXCLUSIVE AGREEMENT: The Polk County Sheriff s Office reserves the right to negotiate with more than one vendor. The Polk County Sheriff s Office may have contracts with other vendors for the same supplies or services. Selection of vendors may be on the basis of price, availability, hours of operation, or location. 10. CLARIFICATIONS/INTERPRETATION AND ADDENDA: No interpretation or changes to the meaning of the Invitation to Bid will be made to any Vendor orally, except by written addendum. All questions regarding this bid should be submitted in writing and must be received no later than ten (10) calendar days prior to the closing date for bid submittal, addressed to Polk County Sheriff s Office, Ashley Provenza, CPPB Purchasing Agent, 3705 US Highway 98 South, Unit #14, Lakeland, Florida , aprovenza@polksheriff.org or fax CONFLICT OF INTEREST: The award hereunder is subject to Chapter 112, Florida Statutes. All Vendors must disclose with their bid, the name of any officer, director, or agent who is also an employee of the Polk County Sheriff s Office. Further, all Vendors must disclose the name of any Polk County Sheriff s Office employee who owns, directly or indirectly, an interest of five percent (5%) or more of the Vendor s firm or any of its branches. 12. AWARDS: As the best interest of the Polk County Sheriff s Office and the Taxpayers of Polk County may require, the right is reserved to make award(s) by individual items, group of items, all or none, or a combination thereof, with one or more suppliers; to reject any and all bids or waive any informality or technicality in bids received. The Sheriff may exercise assigned rights, pursuant to law, to use discretion in effecting the purchase of goods and services. 23

24 13. NEGOTIATIONS: The Polk County Sheriff s Office reserves the right to negotiate with one or more Vendors. 14. DISPUTES: In case of any doubt or differences of opinion as to the services to the services to be furnished hereunder, the decision of the Sheriff shall be final and binding on both parties. 15. LEGAL REQUIREMENTS: Federal, State, County and local laws, ordinances, rules and regulations that in any manner affect the product/service herein apply. Lack of knowledge by the Vendor will in no way be cause for relief from responsibility. 16. LIABILITY: The Vendor shall hold and save Grady Judd, Sheriff, Polk County, its officers, agents and employees harmless from liability of any kind in the performance of or fulfilling the requirements prior to and during the term of this Contract. 17. STATEMENT RELATIVE TO PUBLIC ENTITY CRIMES: The Vendor is directed to the Florida Public Entity Crime Act , Florida Statues, and the Polk County Sheriff s Office requirements that the successful Vendor comply with it in all respects prior to and during the term of the Contract. 18. EVALAUATION OF BID AWARDS: Grady Judd, Sheriff, Polk County reserves the right to award the bid/proposal to the lowest, most responsive and responsible Vendor who submits the bid meeting specifications most advantageous to Polk County Sheriff s Office. Grady Judd, Sheriff, Polk County further reserves the right to consider matters such as, but not limited to quality offered, delivery terms, budget requirements, location and service reputation of the Vendor, in determining the most advantageous bid. 19. AFTER AWARD: The Polk County Sheriff s Office reserves the right to add or delete items at prices to be negotiated at the time of addition or deletion. In the event of market changes, the Polk County Sheriff s Office may negotiate justified adjustments both upward/downward such as price, terms, etc, to this contract when the Sheriff s Office in its sole judgment, considers such adjustments to be in the best interest of the Polk County Sheriff s Office. 20. NON-PERFORMANCE/LIQUIDATED DAMAGES: Time is of the essence of this Contract and failure to deliver within the time period shall be considered a default. In case of a default, the Polk County Sheriff s Office may procure the required services and/or goods from other sources and hold the Contractor responsible for any excess costs occasioned thereby and may immediately cancel the Contract. 21. VENDOR S SITE VISIT: The Polk County Sheriff s Office reserves the right, at its discretion, to conduct on site visitations of any vendors facilities. The purpose of the visit will be to ensure the Polk County Sheriff s Office of the Vendor s capabilities of successfully administering this contract. If, in the Polk County Sheriff s Office s opinion, any vendor does not have the required capabilities as listed herein, this shall be considered grounds for non award/cancellation. 24

25 22. VERBAL/WRITTEN PURCHASE ORDERS: The award of this Bid does not constitute an order. Before delivery is made, the Vendor must receive a duly executed Purchase Order. Acceptance by the Vendor is assumed upon issue by the Polk County Sheriff s Office, of a duly executed purchase order. Inspection and acceptance of item(s) will be at the stated destination(s) unless otherwise provided, and title to and risk of loss or damage is the responsibility of the Vendor until the acceptance by the Polk County Sheriff s Office. 23. DELIVERY TICKETS/INVOICING: The successful Vendor shall furnish a priced and itemized delivery ticket or invoice for every delivery made to the Polk County Sheriff s Office. The delivery ticket or invoice shall include the date, department delivered to, and purchase order number and shall be signed by a representative of the requesting department when delivery is made. 24. RETURNS: Any goods delivered to the Polk County Sheriff s Office not as ordered shall be returned to the successful Vendor at no cost to the Polk County Sheriff s Office. Each respondent shall list herein what, if any, restocking charge will be charged to the Polk County Sheriff s Office for items being returned by the Polk County Sheriff s Office at no fault of the vendor. Any restocking charge shall be taken into consideration in the award/evaluation process. 25. INSURANCE: The successful vendor shall purchase and maintain in force, at his own expense, such insurance as will protect him and the Polk County Sheriff s Office from claims which may arise out of or result from the Vendor s execution of the work, whether such execution be by himself, his employees, agents, subcontractors, or by anyone for whose acts any of them may be liable. The successful Vendor shall furnish a copy of an original Certificate of Insurance, naming the Polk County Sheriff s Office as an additional insured. Should any of the policies be cancelled before the expiration date, the issuing company will mail 30 days written notice to the certificate holder. The successful Vendor shall furnish insurance in satisfactory limits, and on forms and of companies that are acceptable to the Purchaser s Attorney and/or Risk Management and shall require and show evidence of insurance coverage s on behalf of any subcontractors (if applicable), before entering into any agreement to sublet any part of the work to be done under this Contract. 26. CANCELLATION OF CONTRACTS/SUSPENSION: The Polk County Sheriff s Office may cancel this Contract WITHOUT CAUSE at any time by giving thirty (30) days written notice to the supplier/contractor. In addition, the Polk County Sheriff s Office may immediately suspend business with a supplier/contractor with written notification. 27. TERMINATION: In the event the funds to finance this Contract become unavailable or are not allocated by Polk County, Polk County Sheriff s Office may provide Vendor with thirty (30) days written notice of termination. Nothing in this Contract shall be deemed or construed to prevent the parties from negotiating a new Contract in this event. 28. AGREEMENT: This Bid and the Purchase Orders issued hereunder constitute the entire agreement between the Polk County Sheriff s Office and the Vendor awarded the Bid. No modification of this Bid shall be binding on the Polk County Sheriff s Office or the Vendors. 25

26 29. BACKGROUND INVESTIGATIONS: All vendors and/or possible subcontractors prior to award may be subject to a background investigation. Access to Agency Facilities by vendors/workers is a privilege, which may be revoked for any adverse background or intelligence checks. 30. ADDITIONAL INFORMATION: The Polk County Sheriff s Office Purchasing Section reserves the right to request additional information needed for clarification from any bidder/proposer for evaluation purposes. 26

27 VENDOR ACKNOWLEDGEMENT By signing and submitting this Pre-Qualification Package, Vendor acknowledges he/she has read, understands, and can provide the minimum requirements stated herein, that he/she has visited the site, performed investigations and verifications as he/she deems necessary, understands/accepts terms and conditions familiarized him/herself with the local conditions under which the work is to be performed and will be responsible for any and all errors in his/her Pre-Qualification Package resulting from his/her failure to do so. Vendor certifies this Pre-Qualification Package has not been prepared in collusion with any other Vendor or other person or persons engaged in the same line of business. PUBLIC ENTITY CRIME INFORMATION A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a contract to provide any goods or services to a public entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public building or a public work, may not submit Bids on leases of real property to a public entity, may not be awarded or perform work as a Vendor, supplier, sub-vendor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section , for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted Vendor list. ANTI-COLLUSION STATEMENT The below signed Bidder has not divulged to, discussed or compared his/her Bid with other Vendors and has not colluded with any other Bidder or parties to a Bid whatsoever. Note: no premiums, rebates, or gratuities to any employee or agent are permitted with, before, or after any delivery of materials. Any such violation will result in the cancellation and/or return of material (as applicable) and the removal from the master vendors list. I have read and understood the contents of the above. Signature: Date: Print Name: Vendor Name: 27

28 AUTHORIZED SIGNATURES/NEGOTIATORS The bidder or proposer represents that the following persons are authorized to sign and/or negotiate contracts and related documents to which the bidder or proposer will be duly bound: Name Title Phone # Fax # (Signature) (Title) (Name of Business) The bidder/offeror shall complete and submit the following information with the bid or proposal: Type of Organization Sole Proprietorship Partnership Joint Venture Corporation State of Incorporation: Federal I.D. or Social Security number is 28

29 Cut along outer border and tape this label to your Request for Proposal envelope to identify it as a Request for Proposal. Neither faxed nor electronically submitted documents will be accepted. Be sure to include the name of the company submitting the proposal where requested. DELIVER TO: PURCHASING SECTION Polk County Sheriff s Office 3705 US Highway 98 South Unit #14 Lakeland, FL REQUEST FOR PROPOSAL DO NOT OPEN SEALED BID NO.: RFP P BID TITLE: Audio Visual Equipment for SOC DUE DATE/TIME: November 18, 2:00 PM SUBMITTED BY: Name of Company 29

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS 201 North Forest Avenue Independence, Missouri 64050 (816) 521-5300 [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS Sealed proposals will be received by the Independence School District

More information

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail. April 26, 2018 Subject: RFP2M18-06: Request for Proposal Construction Management and Inspection Services for the Sewer Plant #7 Replacement Project. The City of Alhambra is requesting proposals from experienced,

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. 12011 Replacement of Traffic Signal Cabinets on the City Square Proposal Release: July 13, 2011 Proposal Questions Deadline: Proposal Due Date: July 22,

More information

Request for Proposals

Request for Proposals Request for Proposals Windows Ultrabook Laptops Public Notice West Platte R-II School District is currently seeking bids for Windows Ultrabook Laptops as described in the RFP on the West Platte R-II School

More information

Digital Copier Equipment and Service Program

Digital Copier Equipment and Service Program 1200 ARLINGTON STREET GREENSBORO, NC 27406 Digital Copier Equipment and Service Program RFP #140-18 PROPOSAL TIMELINES May 15, 2018 June 4, 2018 June 27, 2018 July 9, 2018 Release of Proposals 3:00 p.m.

More information

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1 REQUEST FOR PROPOSALS Design-Build of General Aviation Terminal Building RFP# AIR/17-012, page 1 RFP# AIR/17-012 REQUEST FOR PROPOSALS ISSUE DATE: November 22, 2017 TITLE: DUE: Design-Build of General

More information

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division DOING BUSINESS WITH THE Orange County Board of County Commissioners Orange County Procurement Division TABLE OF CONTENTS Preface... 1 How Can I Receive Copies Of Solicitations?... 2 Bidder s List... 2

More information

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting REQUEST FOR PROPOSAL FOR Web Hosting Anniston City Schools FRP Number FY2012 Web Hosting Anniston City School District 4804 McClellan Blvd Anniston, Al 36206 www.annistonschools.com Objective The Anniston

More information

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP DALTON PUBLIC SCHOOLS PURCHASING DEPARTMENT REQUEST FOR PROPOSAL FOR RFP FY18 Drivers Education RFP RFP NUMBER (FY18 Drivers Education) ISSUED February 5th, 2018 Request for Proposal To: All Proposers

More information

Request for Proposal: Alton Middle School NETWORK CABLING

Request for Proposal: Alton Middle School NETWORK CABLING Alton Community Unit School District #11 -Technology Department - Request for Proposal: Alton Middle School NETWORK CABLING Low Voltage Network Cabling Installation (ERATE Category II) Bid Reference: NET_AMS-WIRING_1617

More information

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414 SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414 PROPOSALS ARE DUE ON APRIL 27, 2018 BY 12:00 PM EST

More information

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet A) Deadline for Submittal Proposal Due Date: On or before 4:00 p.m. on Tuesday, December 6, 2011. Interested applicants

More information

REQUEST FOR PROPOSAL Architectural Services

REQUEST FOR PROPOSAL Architectural Services REQUEST FOR PROPOSAL Architectural Services PLACE OF OPENING: TIOGA HALL ROOM 511 ADMINISTRATIVE SERVICES OFFICE SOUTHWESTERN OREGON COMMUNITY COLLEGE 1988 NEWMARK AVENUE COOS BAY OR 97420 DATE AND TIME

More information

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT ISSUED BY ISABELLA COUNTY BOARD OF COMMISSIONERS ISSUE DATE: February 4, 2008 ISABELLA COUNTY REQUEST FOR PROPOSALS

More information

Automatic License Plate Recognition System for the Police Department

Automatic License Plate Recognition System for the Police Department City of Dublin Purchasing Department RFP #13 001 Issue Date: May 3, 2013 Automatic License Plate Recognition System for the Police Department Proposals due May 28, 2013 @ 2:00 P.M. EST City of Dublin License

More information

Copiers. Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701

Copiers. Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 Copiers Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org Copiers 1 Table of Contents 1.0 Overview... 3 1.2

More information

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services Department of Forests, Parks & Recreation 1 National Life Drive, Davis 2 Montpelier, VT 05620-3801 www.vtfpr.org Agency of Natural Resources SEALED PROPOSAL REQUEST FOR PROPOSAL Professional Archaelogical

More information

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving BID # 1217-2 Hunters Point Community Library Date: December 20, 2017 Invitation for Bid: Furniture & Shelving Bids must be submitted by: January 17, 2018 2:00 P.M., to: Purchasing Department Queens Borough

More information

SECOND REQUEST FOR PROPOSALS. for

SECOND REQUEST FOR PROPOSALS. for SECOND REQUEST FOR PROPOSALS for PROFESSIONAL GOLF COURSE ARCHITECTURAL / ARCHITECTURAL / ENGINEERING / SURVEYING / LANDSCAPE ARCHITECTURAL AND CONSULTING SERVICES for REDESIGN AND REBUILDING OF 27-HOLE

More information

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Attention: Purchasing Agent Address: City School District of Albany 1 Academy

More information

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services RESPONSES ARE DUE BY 5:00 PM December 12, 2014 MAIL OR DELIVER RESPONSES TO: ATT: Robert Smith, Town Manager 614 Main St. Windermere,

More information

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services RESPONSE DUE by 5:00 p.m. on April 24, 2018 For complete information regarding this project, see RFP posted at ebce.org

More information

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016 ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS RELEASED January 19, 2016 PROPOSALS DUE February 2, 2016 ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS

More information

DALTON PUBLIC SCHOOLS

DALTON PUBLIC SCHOOLS DALTON PUBLIC SCHOOLS TECHNOLOGY DEPARTMENT REQUEST FOR PROPOSAL FOR FY19 HVAC Technology Modifications RFP RFP NUMBER (FY19 HVAC Technology Modifications RFP) ISSUED 04/17/18 Request for Proposal To:

More information

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES STATE OF FLORIDA, DEPARTMENT OF MILITARY AFFAIRS CONSTRUCTION & FACILITY MANAGEMENT OFFICE PUBLIC ANNOUNCEMENT REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES For PROJECT NUMBER: FEA 1802 Multi-Facility

More information

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017 Request for Proposals RFP No. 17-01-06 Automated License Plate Reader (ALPR) System Issue Date: January 25, 2017 File #: 03-1220-20/17-01-06/1 Doc #: 2519682.v1 RFP No. 17-01-06 Automated License Plate

More information

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services Date: June 15, 2017 REQUEST FOR PROPOSALS For: As needed Plan Check and Building Inspection Services Submit Responses to: Building and Planning Department 1600 Floribunda Avenue Hillsborough, California

More information

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency Dated September 13, 2017 PROPOSALS DUE 3:00 PM ON October

More information

ITB # Law Enforcement Vehicle Equipment Installation

ITB # Law Enforcement Vehicle Equipment Installation ITB # 175-16 Bid Schedule Bid Information/Instructions Bid Specifications Vendor Response Form o Bid Response o Vendor References/Conflict of Interest o Drug Free Work Place Form FISCAL MANAGEMENT PURCHASING

More information

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date: Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date: NORWALK PUBLIC SCHOOLS Central Office 125 East Avenue Norwalk, Connecticut 06852-6001 Replacement of Public

More information

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202 April 19, 2012 TO: ALL PROSPECTIVE BIDDERS FROM: Re: REQUEST FOR PROPOSAL NO. 12-05 FOR SOLID WASTE FACILITIES Ladies and Gentlemen: Enclosed please find an invitation to bid with a bid form, a sample

More information

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT No North Orlando Smith Road Oglesby, Illinois Sound System - Proposal # PR11-P04

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT No North Orlando Smith Road Oglesby, Illinois Sound System - Proposal # PR11-P04 ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT No. 513 815 North Orlando Smith Road Oglesby, Illinois 61348 Sound System - Proposal # PR11-P04 November 17, 2010 Illinois Valley Community College (IVCC) is

More information

LAUREL SCHOOL DISTRICT REQUEST FOR PROPOSAL ERATE Funding Year WIRELESS UPGRADE PROJECT

LAUREL SCHOOL DISTRICT REQUEST FOR PROPOSAL ERATE Funding Year WIRELESS UPGRADE PROJECT LAUREL SCHOOL DISTRICT REQUEST FOR PROPOSAL ERATE Funding Year 2015-2016 WIRELESS UPGRADE PROJECT Laurel School District Technology Department 303 West 8 th St. Laurel, MS. 39440 Contact: Robert Bayless

More information

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017 REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES Dear Firm: June 19, 2017 The City is requesting qualification statements from interested firms related to structural engineering services

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Request for Proposal for Prosecutors Office Case Management Software ISSUED BY: Jefferson County Prosecuting Attorney P.O. Box 729 120 S. George Street Charles Town, WV 25414 Date

More information

Request for Proposals School Year Project Lafayette County School District 100 Commodore Drive Oxford, MS 38655

Request for Proposals School Year Project Lafayette County School District 100 Commodore Drive Oxford, MS 38655 Request for Proposals 2018 2019 School Year Project Lafayette County School District 100 Commodore Drive Oxford, MS 38655 Notice to Bidders Notice is hereby given to interested bidders that the Lafayette

More information

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL RFP No. 2017-02 Request for Proposals for Community Transportation Coordinator Designation under Florida s Transportation Disadvantaged Program in Bradford County, Florida North Central Florida Regional

More information

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services Selection Process for Architectural & Engineering Services TABLE OF CONTENTS PROJECT DESCRIPTION... 1 POLICY-COMPETITIVE SELECTION PROCESS... 1 REQUIREMENTS OF DESIGN PROFESSIONAL (DP)... 3 STATEMENT OF

More information

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services Selection Process for Continuing Contract for Architectural & Engineering Services TABLE OF CONTENTS PROJECT DESCRIPTION... 1 POLICY - COMPETITIVE SELECTION PROCESS... 1 REQUIREMENTS OF DESIGN PROFESSIONAL

More information

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019 WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/18-05 For: July 1, 2018 to June 30, 2019 DUE DATE OF PROPOSAL: MONDAY, APRIL 23, 2018-8:00 AM DROPPING OFF PROPOSAL:

More information

Request for Proposals VoIP E-Rate Project Perry County School District. 105 Main Street. New Augusta, MS

Request for Proposals VoIP E-Rate Project Perry County School District. 105 Main Street. New Augusta, MS Request for Proposals 2013 2014 VoIP E-Rate Project Perry County School District 105 Main Street New Augusta, MS 39462 January 31, 2013 Notice to Bidders Notice is hereby given to interested bidders that

More information

REQUEST FOR PROPOSALS RFP# CAFTB

REQUEST FOR PROPOSALS RFP# CAFTB REQUEST FOR PROPOSALS RFP# CAFTB25092017-01 THE CHILDREN S AID FOUNDATION OF THE DISTRICT OF THUNDER BAY WEBSITE REDESIGN/DEVELOPMENT Issue Date: 25 September 2017 Closing Date: 20 October 2017 Submit

More information

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on March 21, 2018.

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on March 21, 2018. REQUEST FOR PROPOSAL Proposals are now being accepted in the Office of the City Manager, 745 Forest Parkway, Forest Park, Georgia 30297 for: To Audit: Recruitment, Hiring, Promotions, Disciplinary, and

More information

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION COUNTY OF LYCOMING PURCHASING DEPARTMENT Mya Toon, Lycoming County Chief Procurement Officer, CPPB Lycoming County Executive Plaza 330 Pine Street, Suite 404, Williamsport, PA 17701 Tel: (570) 327-6746

More information

City of Malibu Request for Proposal

City of Malibu Request for Proposal Request for Proposal North Santa Monica Bay Coastal Watersheds Monitoring Services Date Issued: April 26, 2016 Date Due: May 17, 2016, 4:00 P.M. The Qualifications Proposal and Cost Proposal must be submitted

More information

All proposals must be received by August 30, 2016 at 2:00 PM EST

All proposals must be received by August 30, 2016 at 2:00 PM EST July 25, 2016 REQUEST FOR PROPOSAL Northwood School District SAU #44 Strategic Planning for the Northwood School District You are cordially invited to submit a proposal for Strategic Planning for the Northwood

More information

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1 City of Hinesville 115 East ML King Jr Drive Hinesville, GA 31313 Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1 Closing Date: December 20,

More information

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS to provide INVESTMENT MANAGEMENT SERVICES for BLUE GRASS AIRPORT DATED: March 5, 2017 TABLE OF CONTENTS 1. NOTICE AND REQUEST FOR PROPOSALS...

More information

Request for Qualifications Construction Manager

Request for Qualifications Construction Manager Midland Community Unit School District #7 Request for Qualifications Construction Manager April 6, 2016 MIDLAND ELEMENTARY SCHOOL LACON, ILLINOIS Page 1 of 11 Construction Management Statement of Qualifications

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS First Missionary Baptist Church The Church that is striving to become one of the most loving churches in all the world. 3509 Blue Spring Road, Huntsville, Alabama 35810 256-852-4318,

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. 15037 Transportation of Alum Sludge (Per Attached Specifications) Proposal Release: January 28, 2015 Proposal Questions Deadline: February 4, 2015 Proposal

More information

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1 Town of Taos Request for Proposal (RFP) PLANNING/ENGINEERING SERVICES FOR SITE PLAN, PHASED DEVELOPMENT PLAN AND PRELIMINARY COST ESTIMATES FOR A REGIONAL FIRE AND PUBLIC SAFETY TRAINING FACILITY February

More information

REQUEST FOR PROPOSALS RFP #12/13-12 PALM BEACH STATE COLLEGE DISTRICT SECURITY SURVEILLANCE CAMERA INITIATIVE PROJECT#: CMRA-2013

REQUEST FOR PROPOSALS RFP #12/13-12 PALM BEACH STATE COLLEGE DISTRICT SECURITY SURVEILLANCE CAMERA INITIATIVE PROJECT#: CMRA-2013 REQUEST FOR PROPOSALS RFP #12/13-12 PALM BEACH STATE COLLEGE DISTRICT SECURITY SURVEILLANCE CAMERA INITIATIVE PROJECT#: 00-0001-CMRA-2013 ISSUANCE DATE November 17, 2013 KEY INFORMATION SHEET RFP ISSUANCE

More information

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS TITLE: Catering Services, Human Resources Services, Information Technology Services, Outreach Services, Printing Services, Program Evaluation

More information

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services INVITATION FOR BID Notice to Prospective Bidders Date Stamp Equipment Preventative Maintenance and Repair Services June 1, 2011 You are invited to review and respond to this Invitation for Bid (IFB), entitled

More information

Arizona Department of Education

Arizona Department of Education State of Arizona Department of Education Request For Grant Application (RFGA) RFGA Number: ED07-0028 RFGA Due Date / Time: Submittal Location: Description of Procurement: February 9, 2007, at 3:00 P.M.

More information

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS 1. INTRODUCTION - Van Dyke Public Schools is requesting proposals for the purchase of a CNC Lathe Machine to be used in our Career & Technical

More information

REQUEST FOR PROPOSAL ERATE Funding Year NETWORK UPGRADE PROJECT

REQUEST FOR PROPOSAL ERATE Funding Year NETWORK UPGRADE PROJECT RFP #2015-02 REQUEST FOR PROPOSAL ERATE Funding Year 2015-2016 NETWORK UPGRADE PROJECT Calhoun County School District 119 West Main Street Pittsboro, MS 38951 Contact: Brad Skinner Telephone: (662) 412-3152

More information

BELTON INDEPENDENT SCHOOL DISTRICT

BELTON INDEPENDENT SCHOOL DISTRICT BELTON INDEPENDENT SCHOOL DISTRICT Purchasing Department, 400 N. Wall Street, Belton, Texas 76513 Phone (254) 215-2181 or Fax (254) 215-2008 Email tammy.shannon@bisd.net Date: April 2, 2015 REQUEST FOR

More information

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018 Request for Proposal Internet Access Houston County Public Library System Erate Funding Year July 1, 2017 through June 30, 2018 REQUEST FOR PROPOSAL Internet Access Houston County Public Library System

More information

Social Media Management System

Social Media Management System REQUEST FOR PROPOSAL No. DC177387P Social Media Management System PROPOSAL DUE DATE AND TIME August 25, 2015 (2:00 AM, PT) SUBMITTAL LOCATION Oregon State University Procurement, Contracts and Materials

More information

GRADY COUNTY SCHOOLS 122 North Broad St. Cairo, GA REQUEST FOR PROPOSAL FOR WEB HOSTING RFP NO.: WEBH DATE DUE: September 20, 2013

GRADY COUNTY SCHOOLS 122 North Broad St. Cairo, GA REQUEST FOR PROPOSAL FOR WEB HOSTING RFP NO.: WEBH DATE DUE: September 20, 2013 GRADY COUNTY SCHOOLS 122 North Broad St. Cairo, GA 39828 REQUEST FOR PROPOSAL FOR WEB HOSTING RFP NO.: WEBH1415-001 DATE DUE: September 20, 2013 Technical questions about the specifications or this RFP

More information

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT ADDENDUM NUMBER 02 TO THE BID DOCUMENTS To all general contract bidders of record on the Bid Proposal: BID NUMBER:0215-17 SJCC Parking Garage LED Lighting

More information

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION Issued: November 21, 2014 TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Summary of Services Required...3 2. Key Information

More information

Ontario School District 8C

Ontario School District 8C Ontario School District 8C Request for Proposals: Content Management System 195 SW 3 rd Ave Ontario, Oregon 97914 Tel: 541-889-5374 Fax: 541-889-8553 tstephan@ontario.k12.or.us Bidding Window Opens: April

More information

NOTICE OF REQUEST FOR PROPOSALS

NOTICE OF REQUEST FOR PROPOSALS NOTICE OF REQUEST FOR PROPOSALS Competitive sealed proposals for professional services will be received by the Contracting Agency, Guadalupe County, New Mexico, for RFP No. 2014-005. The Contracting Agency

More information

RFP # Digital Marquee PROPOSAL OPENING DATE: January 10, 2018

RFP # Digital Marquee PROPOSAL OPENING DATE: January 10, 2018 9701 S. JACKSON RD. PHARR, TX 78577 This is NOT AN ORDER, it is an invitation for a competitive sealed proposal. PROPOSAL RECEIVING DATE: January 10, 2018 PROPOSAL OPENING DATE: January 10, 2018 TIME:

More information

REQUEST FOR PROPOSAL ERATE Funding Year NETWORK UPGRADE PROJECT

REQUEST FOR PROPOSAL ERATE Funding Year NETWORK UPGRADE PROJECT REQUEST FOR PROPOSAL ERATE Funding Year 2016-2017 NETWORK UPGRADE PROJECT Aberdeen School District (Belle Elementary School) Technology Department 1100 West Commerce Street Aberdeen, MS 39730 Contact:

More information

REQUEST FOR PROPOSAL: RFP No Asphalt Repair Services

REQUEST FOR PROPOSAL: RFP No Asphalt Repair Services REQUEST FOR PROPOSAL: RFP No. 2016-02 Asphalt Repair Services MAAC is soliciting competitive sealed proposals from licensed contractors to provide Asphalt Repair services, complying with all terms and

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL PROJECT: Honeycutt Cafeteria Remodel RFP #13-013 PREPARED: May 23, 2013 PROCUREMENT OPERATIONS THE SOUTHERN BAPTIST THEOLOGICAL SEMINARY 2825 LEXINGTON ROAD LOUISVILLE, KY 40280 (502)

More information

REQUEST FOR PROPOSAL: Website Redesign & Development

REQUEST FOR PROPOSAL: Website Redesign & Development REQUEST FOR PROPOSAL: Website Redesign & Development Public Utility District No. 1 of Jefferson County 1. Request for Proposal (RFP) The Jefferson PUD#1 (JPUD) is soliciting proposals for the complete

More information

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

PROPOSAL INSTRUCTIONS AND REQUIREMENTS PROPOSAL INSTRUCTIONS AND REQUIREMENTS A Proposal is requested by the Dallas/Fort Worth International Airport Board (herein called Board). The Board will receive separate sealed Proposals until the deadline

More information

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR Scott A. Smith Finance Director sasmith@somersworth.com (603) 692-9504 One Government Way Somersworth, New Hampshire 03878 (603) 692-4262 www.somersworth.com City of Somersworth, New Hampshire OFFICE OF

More information

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

INVITATION TO NEOGOTIATE ISSUED DATE ITN # INVITATION TO NEOGOTIATE ISSUED DATE ITN # 14-0001 I. Introduction The Florida Alliance for Assistive Services and Technology, Inc. hereafter referred to as FAAST, is requesting sealed proposals from qualified

More information

Dakota County Technical College. Pod 6 AHU Replacement

Dakota County Technical College. Pod 6 AHU Replacement MINNESOTA STATE COLLEGES AND UNIVERSITIES Dakota County Technical College Pod 6 AHU Replacement REQUEST FOR PROPOSAL (RFP) FOR MECHANICAL ENGINEERING SERVICES JULY 16, 2018 SPECIAL NOTE: This Request for

More information

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION REQUEST FOR PROPOSLS (RFP) CONSTRUCTION MANAGER (CM) AT RISK SERVICES FOR DETENTION FACILITIES PROJECTS PROJECT #15218 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS

More information

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station Request for Qualifications Professional Design and Construction Services as a Design-Builder For Submittal Due Date: August 4, 2015 Notice is hereby given that Delhi Township is seeking Statements of Qualification

More information

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee] PROJECT NUMBER _[project number]_ LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee] This Agreement is by and between

More information

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR DATE RFP RELEASED June 13, 2013 1 PURPOSE OF THIS REQUEST FOR PROPOSAL (RFP) The

More information

Request for Proposal For Pre-Employment Screening Services. Allegheny County Airport Authority

Request for Proposal For Pre-Employment Screening Services. Allegheny County Airport Authority Request for Proposal Request for Proposal P a g e 2 Table of Contents Confidentiality Statement... 3 Submission Details... 3 Submission Deadlines... 3 Submission Delivery Address... 3 Submission Questions

More information

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27 DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27 RFQ Number: RFQ 18-PR-DIT-27 Date Issued: Monday, March 5, 2018 Description: Headquarters (HQO) IT Hardware

More information

Request for Proposal (RFP) # For Information Services Mobile Data Communications System. Posting Date: May 29, 2015

Request for Proposal (RFP) # For Information Services Mobile Data Communications System. Posting Date: May 29, 2015 Request for Proposal (RFP) #15-042-20 For Information Services Mobile Data Communications System Posting Date: May 29, 2015 Response Deadline: June 17, 2015 2:00 p.m. Central Standard Time (CST) To: Kevin

More information

City of Gainesville State of Georgia

City of Gainesville State of Georgia City of Gainesville State of Georgia Request for Proposals RFP No. 18037 Downtown Public Wireless Network Project Proposal Release: May 24, 2018 Pre-Proposal Meeting: June 8, 2018 at 2:30 p.m. EST Proposal

More information

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR Aberdeen School District No. 5 216 North G St. Aberdeen, WA 98520 REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR Nature of Position: The Aberdeen School District is seeking a highly qualified

More information

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan Request for Proposal For Consulting Services For a Fiber-to-the-Home Network In Lyndon Township Proposals may be mailed or delivered

More information

Request for Proposal Event Services Annual Bike Race

Request for Proposal Event Services Annual Bike Race Request for Proposal Event Services Annual Bike Race RFP No. 16-06 The Gadsden County Tourist Development Council through the Gadsden County Board of County Commissioners is seeking sealed proposals from

More information

Request for Proposal. Purchase of New Mobile Trailer Climbing Wall. No November 23, 2015

Request for Proposal. Purchase of New Mobile Trailer Climbing Wall. No November 23, 2015 Request for Proposal Purchase of New Mobile Trailer Climbing Wall No. 2016-002 November 23, 2015 1 Contents Price Proposal-----------------------------------------------------------------------------------------------------3

More information

KAREN E. RUSHING. Audit of the Vendor Selection Process

KAREN E. RUSHING. Audit of the Vendor Selection Process KAREN E. RUSHING Clerk of the Circuit Court and County Comptroller Audit of the Vendor Selection Process Audit Services Karen E. Rushing Clerk of the Circuit Court and County Comptroller Jeanette L. Phillips,

More information

REQUEST FOR PROPOSAL FOR Catering & Event Management Services at Carl M. Levin Public Dock and Terminal

REQUEST FOR PROPOSAL FOR Catering & Event Management Services at Carl M. Levin Public Dock and Terminal Detroit/Wayne County Port Authority REQUEST FOR PROPOSAL FOR Catering & Event Management Services at Carl M. Levin Public Dock and Terminal RFP TIMETABLE ACTION DATE TIME RFP Issue Date January 29, 2018

More information

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES Town of Derry, NH Office of the Finance Department Susan A. Hickey Chief Financial Officer susanhickey@derrynh.org REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES The Town of Derry, New

More information

Manatee County Sheriff s Office INVITATION TO BID ITB MUSTANG

Manatee County Sheriff s Office INVITATION TO BID ITB MUSTANG Manatee County Sheriff s Office INVITATION TO BID ITB-2012-18-003-MUSTANG AUTHORIZED FOR RELEASE: December 4, 2012 INVITATION TO BID (ITB-2012-18-003-MUSTANG) DATE: December 4, 2012 TO: All Bidders FROM:

More information

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency. ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS Massachusetts Development Finance Agency 99 High Street, 11 th Floor, Boston, MA 02110 www.massdevelopment.com RFP Issued: September 25, 2013

More information

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES STATE OF FLORIDA, DEPARTMENT OF MILITARY AFFAIRS CONSTRUCTION & FACILITY MANAGEMENT OFFICE PUBLIC ANNOUNCEMENT REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES For PROJECT NUMBER: 212060 BROOKSVILLE

More information

REQUEST FOR QUALIFICATIONS AND REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES CROMWELL BELDEN PUBLIC LIBRARY TOWN OF CROMWELL, CONNECTICUT

REQUEST FOR QUALIFICATIONS AND REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES CROMWELL BELDEN PUBLIC LIBRARY TOWN OF CROMWELL, CONNECTICUT REQUEST FOR QUALIFICATIONS AND REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES CROMWELL BELDEN PUBLIC LIBRARY TOWN OF CROMWELL, CONNECTICUT The Town of Cromwell is seeking written responses to a Request

More information

Marlboro County School District

Marlboro County School District Marlboro County School District REQUEST FOR BIDS RFB 16/17-1 3 ½ TON HEAT PUMP BENNETTSVILLE PRIMARY SCHOOL CAFETERIA Purpose & Specifications: The purpose for this Request for Bid (RFB) is to remove and

More information

WAYNE COUNTY REQUEST FOR PROPOSAL ERATE Funding Year NETWORK UPGRADE PROJECT

WAYNE COUNTY REQUEST FOR PROPOSAL ERATE Funding Year NETWORK UPGRADE PROJECT WAYNE COUNTY REQUEST FOR PROPOSAL ERATE Funding Year 2016-2017 NETWORK UPGRADE PROJECT Wayne County School District Technology Department 1419 Azalea Dr Waynesboro, MS 39367 Contact: Thomas Beard Telephone:

More information

REQUEST FOR PROPOSALS Noise Monitoring and Flight Tracking System and Noise Monitor Service and Maintenance

REQUEST FOR PROPOSALS Noise Monitoring and Flight Tracking System and Noise Monitor Service and Maintenance REQUEST FOR PROPOSALS Noise Monitoring and Flight Tracking System and Noise Monitor Service and Maintenance In accordance with provisions of the Boca Raton Airport Authority Procurement Code (the "Procurement

More information

1:1 Computer RFP School Year Harrison School District Two

1:1 Computer RFP School Year Harrison School District Two 1:1 Computer RFP School Year 2018-2019 Harrison School District Two 1060 Harrison Road Colorado Springs, CO 80905 Email: rfp@hsd2.org Supervisor of Technology: Mike Peterson Bids DUE DATE: February 25

More information

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY SACRAMENTO REGIONAL SOLID WASTE AUTHORITY SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY January 28, 2003 TABLE OF

More information

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) FIRE STATION TEMPORARY FACILITY NOTICE TO BIDDERS

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) FIRE STATION TEMPORARY FACILITY NOTICE TO BIDDERS CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) FIRE STATION TEMPORARY FACILITY NOTICE TO BIDDERS NOTICE is hereby given that the City of Port Aransas, Texas, is soliciting responses for providing

More information