CITY OF BOSTON FIRE DEPARTMENT REQUEST FOR PROPOSAL Cleaning and Repair of Bunker Gear

Size: px
Start display at page:

Download "CITY OF BOSTON FIRE DEPARTMENT REQUEST FOR PROPOSAL Cleaning and Repair of Bunker Gear"

Transcription

1 FOR ADDITIONAL INFORMATION REGARDING THESE SERVICES, PLEASE VISIT THE CITY OF BOSTON S SUPPLIER PORTAL, ACCESSIBLE FROM: LOOK FOR EVENT # 735 OR CALL MR. JOHN J. FOLEY, PROCUREMENT & GRANTS MANAGER AT OR JOHN.FOLEY.BFD@CITYOFBOSTON.GOV Request for Proposal for In its continuing commitment to the health and welfare of its members, the Boston Fire Department Requests Proposals from qualified vendors / contractors to provide cleaning, inspection, and repair services, compliant with NFPA 1851, 2008 Edition, for structural fire fighting protective ensembles, otherwise known as Turn Out Gear, or Bunker Gear, to help reduce the health and safety risks associated with improperly or poorly maintained PPE, and to provide compliance to NFPA 1851, 2008 edition. This should include individual ensemble elements that include garments, helmets, gloves, footwear and interface components that are compliant with NFPA 1971, Standard on Protective Ensembles for Structural Fire Fighting and Proximity Fire Fighting. It is also the intention of the fire department to extend the useful service life of said equipment through proper NFPA compliant maintenance. It is further anticipated that the period of performance for this contract will begin on October 14, 2013 and continue through October 14, 2016, estimated to be thirty-six (36) months. The City of Boston (the City)/the County of Suffolk (the County), acting by its Fire Commissioner (the Official), invites sealed proposals for the performance of the work generally described above, and particularly set forth in this Request For Proposal This Request For Proposal shall be available until such time as it is due in to the Official. P a g e 1

2 I. General Information and Bid Submission Requirements Submission Requirements PROPOSALS must be received no later than 12:00 P.M. on Friday, September 27, 2013 in the Office of Administrative Services, Boston Fire Headquarters, 2nd Floor, 115 Southampton Street, Boston, MA ; attention John J. Foley, Procurement & Grants Manager; OR uploaded to the City of Boston s Supplier Portal, accessible from: No submissions will be accepted later than the time and date mentioned above. Price proposals should be included in a separate, sealed envelope. Under no circumstances shall any pricing information be included as part of any non-price proposal. Each proposal submitted through hard-copy paper format must be submitted in two (2) separate sealed envelopes, one containing only Offeror information and marked TECHNICAL/NON-PRICE PROPOSAL and the other containing only price information and marked PRICE PROPOSAL. Failure to submit separate proposals will result in rejection of the proposal. Failure to submit separate proposals will result in rejection of the proposal. Please submit one (1) original and five (5) copies of the Proposals for the project. Each proposal submitted electronically can be submitted through the Supplier Portal. Offerors that choose to submit their RFP response electronically are not required to submit multiple copies of its proposal. In addition, Offerors are not required to submit separate price and technical/non-price submissions. Offerors who submit their response electronically will need only to create a single bid response. The Offeror must omit pricing information from any document file uploaded onto the system. Pricing shall be listed only on the lines identified for price information in the Supplier Portal. The Offeror must submit a Price Proposal in the section ENTER LINE BID RESPONSE on the City of Boston s Supplier Portal. The Supplier Portal is designed so that the Official will be unable to access the Offeror s Price Proposal during the Technical/Non-Price review. The Official may open the price proposals at a later time and in any case shall open the price proposals so as to avoid disclosure to the individuals evaluating the technical/nonprice proposals. P a g e 2

3 Each Offeror shall provide a minimum of five (5) references of a similar size and complexity as this project offers. References will be checked and will be considered when evaluating the Non-Price Proposal portion of the RFP. The City of Boston and the Fire Commissioner reserve the right to reject any and all Proposals or any part thereof. Proposals will be evaluated and awarded according to the criteria listed herein, with preference given to consultants who exhibit the required background, and demonstrated experience, as well as a demonstrated commitment to the integrity of the process. No submissions will be accepted later than the time and date mentioned above. P a g e 3

4 Offerors shall provide all the information required in this RFP. All questions and requests for clarification must be received in writing via not less than five (5) business days before proposals are due to: Written responses will be ed to all prospective bidders on record as having picked up the RFP not less than three (3) business days before proposals are due. If any changes are made to this RFP, an addendum will be issued. Addenda will be posted in the Fire Department and ed to all Offerors on record as having picked up the RFP. An Offeror may correct, modify, or withdraw a proposal by written notice if received by the Fire Department prior to the time and date set for the proposal opening. Proposal modifications must be submitted in a sealed envelope clearly labeled modification No. _ Each modification must be numbered in sequence and must reference the original RFP. After the proposal opening, an Offeror may not change any provision of the proposal in a manner prejudicial to the interests of the City of Boston, the Fire Department or open and fair competition. Minor informalities will be waived or the Offeror will be allowed to correct them. If a mistake is found and the intended correct wording is clearly evident on the face of the proposal document, the mistake will be corrected to reflect the intended correct meaning and the Offeror will be notified in writing; the Offeror may not withdraw the proposal. A bidder may withdraw a bid if a mistake is clearly evident on the face of the bid document, but the intended correct bid is not similarly evident. The contract resulting from this RFP ( Contract ) will be awarded within sixty (60) days after the proposal opening. The time for award may be extended for up to 45 additional days by mutual agreement between the awarding authority and the responsive and responsible Offeror offering the most advantageous proposal as determined by the chief procurement officer. This RFP as well as the successful Offeror s response will become part of the Contract. The final contract will also include the following, which must be returned and completed with the non-price proposal: (1) signed Proposal Signature Page; (2) Certificate of Authority (CM-06); (3) State Tax Return Certificate (CB Form 8); (4) City of Boston Standard Contract terms and conditions (CM-11); (5) CORI Compliance Certification; (6) Living Wage Forms; (7) non-collusion form; (8) Certificate of Insurance; (9) Vendor Information Form. P a g e 4

5 The successful Offeror will be required to obtain and provide a Certificate of Insurance in the amount of one million dollars ($1,000,000.00) to the City of Boston certifying that the successful Offeror is insured as described in this RFP. The City of Boston reserves the right to cancel all or part of this solicitation. The issuance of this solicitation does not imply any commitment to purchase any product or services from any vendor. Section 1 General: The City of Boston Fire Department has approximately 1,400 firefighters and 35 stations. There are four (4) groups: 1, 2, 3 & 4. There is a 10 hour day tour and a 14 hour night tour daily. BFD current clothing PPE: Bunker Gear: Viking, Bristol MorningPride, Globe Helmets: Carins MSA, Bullard Boots: Globe Hoods: To Be Named at a Future Date Firefighting gloves: Shelby The Boston Fire Department will only reimburse the successful vendor for the Manufactures clothing listed above. Any other brand will need approval from the designated representative. In this program, BFD would remain the quartermaster. 1.1 Definitions: BFD Boston Fire Department PPE Personnel Protective Equipment NFPA National Fire Protection Association 1.2 Requirements: All PPE maintenance (i.e. cleaning, decontamination, repairs, etc.) must meet or exceed current NFPA standards and manufacturer guidelines that are applicable to this bid. 1.3 NFPA Standard in Effect: NFPA 1851, 2008 edition, Standard on the Selection, Care, and Maintenance of Protective Ensembles for Structural Fire Fighting and Proximity Fire Fighting. 1.4 Term: This agreement will be for an thirty-six month (36) period. P a g e 5

6 1.5 Award: Award will be made to the overall most advantageous proposal to the City of Boston Fire Department, which is responsive/responsible and that meets specifications. These specifications shall become part of the contract between the successful vendor and the City of Boston. (If applicable) 1.6 Payment Terms: The Offeror should refer to Appendix B of this RFP document. All costs associated with the successful execution of this contract should be included in Appendix B. Any costs not specifically mentioned in Appendix B should be added by the Offeror. For example, if there is an extra cost for emergency response time, or fuel a fuel surcharge, etc., the vendors should include this in Appendix B. Offeror s may use additional sheets if necessary. The City will pay only for the services actually rendered and only at the prices set out less late delivery fee (if applicable). Invoices received indicating repairs must be accompanied with a repair work order sheet. Failure to attach repair work order sheets to invoice will delay payment processing and/or vendor invoice will be marked down and processed for payment. Invoices submitted for payment must have the following information: Document ID number, Purchase Order number, Station number, number of PPE sets picked up, services provided and repair work order sheets. 1.7 Disputed Payment: If the City disputes any items in an invoice vendor submits for any reason, including lack of supporting documentation, the Warehouse Manager may temporarily delete the disputed item and pay the remainder of the invoice. The Warehouse Manager or designee shall promptly notify the vendor of the dispute and request remedial action. After the dispute is settled, contract shall include the disputed amount on a subsequent regularly scheduled invoice or on a separate invoice for the items. 1.8 Inspection and Audits: City representatives may perform or have performed (1) audits of Contractor s books and records related to their member s cleanings (2) inspections of all places work is undertaken in connection with this agreement. Contractor shall keep it records available for this purpose for at least 3 years after this agreement terminates. This provision does not affect the applicable statute of limitations. P a g e 6

7 Section 2 Bidders Responsibilities: 2.1 Verification: Each bidder shall provide BFD with Third Party Independent Laboratory documentation stating that the bidder is a Verified Independent Service Provider (ISP). The ISP shall be listed and the listing shall contain the repair categories that the ISP is verified to conduct. Repair categories shall be garment outer shell repairs, garment moisture barrier repairs, and garment thermal liner repairs. Verification of ISP shall not apply to helmet, gloves, boots, hoods or optional CBRN ensembles. 2.2 Tracking and documentation: Vendor must be able to bar code the fire department s gear and keep accurate records pertaining to NFPA 1851, 2008 edition. All fire department information regarding the inspections, cleaning, repairs, and other maintenance performed to the department s PPE shall be submitted quarterly. All issuing, reissuing, advanced inspections, advanced cleanings, specialized cleanings, and maintenance per NFPA 1851, 2008 edition will be documented through this record-keeping system. The fire department must be able to access this information on a daily basis. Bidders must submit sample of bar-coding. Section 3: Awarded Vendors Responsibilities 3.1 Compliance: The successful vendor shall comply fully with these specifications. The successful vendor shall also comply with and be knowledgeable concerning all NFPA standards and manufacturer guidelines which apply to the Selection, Care and Maintenance of PPE. The successful vendor will also make a representative available upon Boston Fire Department inspections to answer any questions and/or readily provide any documentation requested. 3.2 Location: Successful vendor shall have adequate resources, trained personnel, appropriate facility and appropriate equipment to service this contract. Successful vendor will be required to meet the Official s Pick-Up/Delivery requirements as outlined in section of this RFP. If the Offeror does not maintain a facility within fifty (50) drivable miles of the City limits, they must demonstrate to the Official the ability to comply with the requirements in section P a g e 7

8 3.3 Environmental Laws: Successful vendor shall comply with all rules, regulation, statues or orders of the Environmental Protection Agency (EPA), the Massachusetts Department of Environmental Protection (MDEP) and any other governmental agency with the authority to promulgate environmental rules and regulations (Environmental Laws). The successful vendor shall promptly reimburse the City for any fines or penalties levied against the City because of the vendor s failure to comply. The vendor shall not possess, use, generate, release, discharge, store, dispose of and/or transport any Hazardous Materials on, under, in, above, to, or from the site except in strict compliance with the Environmental Regulations. Hazardous Materials means any substances, materials, or wastes that are on become regulated as hazardous or toxic substance under any applicable federal, state or hazardous liquids, materials, or substances in the City storm sewer system or sanitary sewer system or elsewhere on city property in violation of the Environmental laws. 3.4 Testing / Inspection: Random audits of the vendor s cleaning and/or repair process by BFD and or the City Of Boston will be allowed once per quarter if deemed necessary by the fire department. If the advanced inspection determines that there is any large amount of abnormal deterioration in any component of the gear, the vendor shall provide the inspection data and tend analysis to help determine the source of the wear. All test results shall be recorded and available to the fire department. The vendor is not to dispose of any gear without prior approval of the designated representative of the Boston Fire Department. 3.5 Tracking/Documentation: Vendor will provide a computerized inventory/record keeping system & must be able to bar code each fire department s gear and keep accurate records pertaining to NFPA 1851 compliance. All fire department information regarding the inspections, cleaning, repairs and other maintenance performed to the department s PPE shall be available upon request. All issuing, reissuing, advanced inspections, advanced cleanings, specialized cleanings and maintenance per NFPA 1851 will be documented through this record keeping system. The fire department will be able to have full access to this information as needed. Upon the department s issuance of gear, the vendor will be notified of clothing and serial numbers issued to the member. 3.6 Delivery Guidelines: The pickup and delivery of the PPE is critical issue to the Boston Fire Department. Therefore, delivery dates are a required part of the agreement. Failure of the vendor to comply with the stated delivery items will result in the invocation of late delivery charges as specified in this agreement. Continual failure in meeting delivery deadlines may result in termination of the contract. BFD has established the following working definition of delivery time: That period of time elapsing from receipt of PPE by vendor, until such time the complete order has been delivered back to the station. P a g e 8

9 3.6.1 Pick-Up/Delivery: The Department expects 1,500 sets of gear to receive some combination of advance cleaning, repair and/or decontamination within the first 12 months of this contract; and that yhey can return the items within a mutually agreed upon time frame and in accordance with procedures to be agreed upon before execution of a contract. The contractor shall provide a schedule and timeline demonstrating their ability to meet this schedule. Implementation of this contract. The vendor will be required to complete a work order repair sheet for any PPE requiring repairs. This work order will be attached and sent with invoice. It is expected that PPE must be picked up at the station and delivered back on the shift prior to the return of the shift s PPE picked up, no later than 8:00 p.m. (i.e. 1 shift will be picked up on 2 shift no later than 8:00 a.m. inspected, cleaned and returned by 3 shift no later than 8:00 p.m.). PPE requiring repairs will be allowed 5 days from day of pickup Late Delivery: A late delivery charge will be assess for delay beyond specified delivery dates, in the amount of five percent (5%) per day per unit (for cost of cleaning) for each calendar day of delay. The successful vendor will not be held responsible for losses caused by act of God or any other cause not within their control and which could not, by the exercise of reasonable diligence have been avoided. Upon review of factors presented, the City of Boston Fire Department will have the final determination. If late, delivery charges over the amount will be deducted from payment due. 3.7 Warranty: The successful vendor shall guarantee completion of work without voiding the original manufacturer s warranty on any and all PPE they service. Section 4: Advanced Inspections and Advanced Cleaning The vendor shall provide advanced inspections and advanced cleaning, according to NFPA guidelines. When the vendor performs the advanced inspection, all records and findings shall be documented and provided to the fire department. Vendor shall provide advanced cleaning of PPE (boots, helmet, hood (future tbd), coat and pant) at a minimum of every six (6) months. Advanced Inspections shall be done annually. Additionally, the vendor shall provide specialized cleaning in the event that decontamination is needed. The vendor shall meet the following specifications for advanced inspections, advanced cleaning, and specialized cleaning at a minimum: P a g e 9

10 4.1 All advanced inspections shall be performed in accordance with NFPA edition guidelines. The advanced inspection shall include a documented record of all PPE items and components listed in NFPA 1851, Section 4.3. Any records of PPE, which has been inspected by the vendor, will be accessible to the fire department. 4.2 The advanced inspection shall include a complete liner inspection, which includes a Water Penetration Barrier Evaluation. 4.3 In order to minimize the threat of cross-contamination during the cleaning process, the washers/ extractors used shall be dedicated to the cleaning of PPE only, as per NFPA Vendor s cleaning methods and cleaning chemicals must be in accordance to manufacturer and NFPA guidelines. This includes compliance to NFPA 1500 and Vendor shall use cleaning chemicals that have been manufactured specifically for the cleaning of PPE. Cleaning chemicals shall be tested to verify that ph levels are appropriate for PPE and meet NFPA specifications. 4.5 Vendor must be able to provide hazardous and biological decontamination capabilities, and shall provide emergency response upon exposure to said elements when needed (as performed in NFPA 1851, Sec. 7 Cleaning and Decontamination). 4.6 Vendor will be required to provide local pick up and delivery service. Section 5 Decontamination Cleaning Vendor must be capable of providing Decontamination service for PPE that becomes contaminated with hazardous materials. (I.E diesel fuel, gasoline, hydraulic oil, insecticides, pesticides, asbestos, acids and other hazardous chemicals, including biohazard (i.e. blood, vomit, etc.)) 5.1 Vendor must respond to emergency decontamination of protective clothing within 6 hours of notification. 5.2 Vendor must provide an area where fire members can bring contaminated PPE/Proximity. 5.3 Vendor must provide a 24-hour access phone number. P a g e 10

11 Section 6 - Repairs Vendor shall perform necessary repairs to PPE in conformance with all applicable NFPA standards, and shall not void any manufacturer warranties when performing such work. ISP verification to perform repairs on all structural and proximity garments manufactured according to NFPA 1971 is required. 6.1 Repair parts and methods shall meet with manufacturer requirements and the applicable requirements of NFPA 1971, 2007 edition. Repairs and alterations shall be performed in a manner that is consistent with manufacturer instructions (NFPA 1851, sec.8). Repairs and alterations shall be performed to keep the garment fit for service. 6.2 Vendor will perform all necessary cleaning or decontamination to PPE before performing any repairs, per OSHA and NFPA guidelines (NFPA 1851, 2008 edition, section 7). 6.3 All repairs deemed necessary to keep the garment fit for service will be documented for the fire department s records at the time of the advanced inspection. 6.4 Highly trained seamstresses shall perform necessary repairs to PPE. A structured continuing education program must be in place so all seamstresses are knowledgeable with current NFPA standards and guidelines. 6.5 The Verified ISP will operate an effective quality system per the requirements of NFPA 1851, 2008 edition. 6.6 Vendor will provide a final inspection of repaired PPE by trained personnel to guarantee that all work performed to PPE meets or exceeds NFPA standards. 6.7 Upon receipt of repaired PPE, the fire department shall also receive all pertinent records documenting all work performed by vendor, including all inspections, cleaning, and repairs. Section 7 - Pricing: The term of the agreement shall be thirty-six (36) months. Advanced inspection and advanced cleaning: The price of the advanced inspection and the advanced cleaning shall be priced separate and shall include the following items: 1. Pick-up of PPE at designated locations, 2. Loaner gear to be provided by BFD (future tbd) - Loaner gear will be picked up by the vendor and taken to the station. 3. Bar-coding and record keeping as determined by NFPA 1851 standards, 4. Availability of all pertinent fire department records between the vendor and the fire department. 5. Advanced cleaning as determined by NFPA 1851 standards, P a g e 11

12 6. The advanced inspection as determined by NFPA 1851 standards, including the determination of any necessary repairs to PPE for NFPA compliance (repair prices are not to be included here, as the repair prices will be quoted later in this document), 7. Delivery of PPE back to designated station and shift. Pricing for the advanced inspection and advanced cleaning shall be bid for the following number of personnel listed on the bid sheet. The following items shall each be bid for advanced inspection and advanced cleaning, per the specifications required in this document: turnout coat, turnout pants with suspender, fire-fighting helmet, fire-fighting boots, fire-fighting hoods. Repair prices: All repairs will be performed in accordance with NFPA specifications and manufacturer guidelines. All repairs will also be performed to fire department specifications as listed in purchase agreement of PPE. Responses are due no later than 12:00 P.M. eastern standard (Boston) time, on Friday, September 27, The Official reserves the right to conduct an onsite meeting/interview during the following weeks with the Vendor to discuss the project. Any questions regarding this RFP should be sent to or by calling Any response to questions will be communicated to all vendors. It is the intention of the Boston Fire Department that a contract will result from this RFP; however, award of a contract is subject to appropriation by the City of Boston. Office Address: Primary Point of Contact: CITY OF BOSTON FIRE DEPARTMENT Boston Fire Headquarters Second Floor Procurement Office 115 Southampton Street Boston, Massachusetts John. J. Foley Procurement & Grants Manager john.foley.bfd@cityofboston.gov P a g e 12

13 Appendix A Address Section Engine Ladder Rescue 700 E. Fourth St South Boston Harrison Ave Boston Cambridge St Boston Saratoga St Boston Columbus Ave Boston Hanover St Boston Sumner St East Boston Purchase St Boston 10 TL3 R Dudley St. Roxbury Gallivan Blvd Dorchester 16 7 Parish St Dorchester Dorchester Ave Dorchester Neponset Ave Dorchester Columbia Rd Dorchester Tremont St Boston Washington St Dorchester Centre St Jamaica Plain 28 TL Chestnut Hill Ave Brighton Centre St West Roxbury Main St Charlestown Boylston St Boston Huntington Ave Roxbury D St South Boston Cambridge St Allston Columbus Ave Roxbury 42 R 2 50 Battery Wharf Boston Fairmount Ave Hyde Park Neponset Valley Pkwy Readville Winthrop St Boston Faneuil St Brighton Blue Hill Ave Dorchester Canterbury St. Roslindale Long Island Hospital N. Quincy Washington St West Roxbury 55 1 Ashley St East Boston Holton St Brighton Fire Training Academy Quincy W12 Air Supply Unit Headquarter W25 Rehab Unit Boston P a g e 13

14 Appendix B The Department anticipates a fixed monthly fee for Cleaning, Inspection and simple repairs. More modest repairs should be billed separately The fixed monthly fee should be based on the number of sets of bunker gear currently within the department (3,000). For the purposes of this RFP it can be assumed that all fire fighters are equipped with 2 sets of compliant bunker gear and both sets will receive annual maintenance services. Boots, hoods and helmets will not require annual maintenance at this time. It is however anticpiated that these elements will be added in the second year of the contract or before; therefore pricing information is required. In the interim, an itemized price list is requested in the event that services to these items can be done upon request. BOSTON FIRE DEPARTMENT PROPOSED PROGRAM Service CHECKLIST Local Service Facility Dedicated Database NFPA 1851 Tracking/Records Variety of Reports Customer Web Portal Local Pick-Up/Delivery Service Annual Advanced Cleaning for all Bunker Gear Biological Decontamination Included Annual Advanced Inspection for all Bunker Gear Complete Liner Inspection for Bunker Gear Over 3 Years Old Repairs to all Serviceable Bunker Gear 24 Hour Hotline Program Should Include It is anticipated that the chosen vendor assist the Department in identifying bunker gear that is not compliant and/or not repairable, to assist the Department with its replacement schedule. PROPOSED CONTRACT PRICING 3 Year Commitment Set-Up Fee $ Fixed Monthly Fee $ P a g e 14

15 Turnout coat structural Turnout pant structural with suspenders Turnout coat proximity Turnout pant proximity with suspenders FF helmet FF gloves (PPE & Proximity) FF boots Description Group 1 Advanced Cleaning Proximity Shroud & Bonnet SCBA Mask Cleaning Helmet Ear/Neck Protector Cleaning - Attached to Helmet Helmet Ear/Neck Protector Cleaning - Not Attached to Helmet FF Hoods Laundry Bag Cleaning Turnout coat structural Turnout pant structural with suspenders Turnout pant proximity Turnout pant proximity with suspenders Turnout coat structural includes liners Turnout pant structural with suspenders Turnout coat proximity Turnout pant proximity with suspenders Fire-fighting helmet Fire-fighting gloves Fire-fighting boots Fire-fighting hoods Biohazard decon coat Biohazard decon pant Biohazard decon helmet Biohazard decon gloves Biohazard decon boots Biohazard Cleaning SCBA Mask Biohazard Cleaning Hood Group 2 Advanced Inspection Group 3 Decontamination Proposed Contract Term Year 36 months Beginning 2013 Cost Cost Cost P a g e 15

16 Description Group 4A Coat Repairs Full bellows pocket - PBI Radio Pocket - PBI Sleeve cuff black Arashield Sleeve cuff black leather Elbow patch PBI/Leather Shoulder patch PBI/Leather Zipper (at storm flap) Velcro (hook and loop) at storm flap Arashield Flashlight tab - each Hold-down strap for Pass/flashlight (kpbi & Arashield) Mic loops (PBI) IK/Pass Reverse snap Rein. w/arashield Triple trim entire coat Vented triple trim entire coat Tripe trim upper arm Vented triple trim upper arm Triple trim at cuff Vented triple trim at cuff Vented trim on coat per foot DRD retrofit Scotchlite letters 4" x 15" name patch w/velcro Coat hanger loops replace Coat hanger loops restitch Wristlets thumbhole Zipper on Liner Inside Coat Collar PBI replacement Sleeve replacement Cost P a g e 16

17 Full bellows pocket (PBI) lined w/kevlar Arashield Knee Leather Knee Arashield Pant Cuff Leather Pant Cuff Take-up strap Velcro at fly (hook and loop) Zipper at fly Moisture Barrier Crotch Repair Replace snap/suspender button Vented trim pant cuffs replace Triple trim at pant cuffs replace Description Group 4B Pant Repairs Cost Hook (w/rivets & leather) D-ring (w/rivets & leather back) Scotchlite Tetra - lime yellow Rivets/grommets each Scotchlite parallelograms triple trim Replace helmet DRD decal Replace zipper head only Description Group 4C Hardware Replacement Cost P a g e 17

18 Description Group 4D Miscellaneous Repairs Nomex or Advance patch per sq. In. PBI patch Per Sq. In. Moisture barrier patch Per Sq. In. Crosstech Moisture barrier repair patch - Warranty Crosstech Moisture barrier replacement - Warranty Seam Sealing per In. Crosstech seam sealing (per in.) Gore seam sealing (per in.) Thermal liner patching per In. Replace Velcro per inch Heat seal moisture barrier tape reheat only (labor only) Replace binding per inch Reface pocket with PBI/KEVLAR lining Custom Alterations - shorten/lengthen coat sleeves/pant legs per inch Bartacking per Inch Restitching per inch Cost P a g e 18

City of Lewiston Finance Department

City of Lewiston Finance Department City of Lewiston Finance Department Norman Beauparlant, Director of Budget/Purchasing 2017-046 Fire Turnout Gear June 12, 2017 Sir/Madam: Sealed bids will be received in the office of the Director of Budget/Purchasing

More information

MIDLAND FIRE DEPARTMENT TENDER FOR THE SUPPLY OF THIRTY-FIVE (35) SETS OF BUNKER GEAR

MIDLAND FIRE DEPARTMENT TENDER FOR THE SUPPLY OF THIRTY-FIVE (35) SETS OF BUNKER GEAR TOWN OF MIDLAND FIRE DEPARTMENT TENDER FOR THE SUPPLY OF THIRTY-FIVE (35) SETS OF BUNKER GEAR TOWN OF MIDLAND TOM TOOLE MIDLAND FIRE DEPARTMENT DEPUTY FIRE CHIEF 550 BAYSHORE DRIVE September 2014 MIDLAND,

More information

Snohomish County Fire District #5

Snohomish County Fire District #5 Snohomish County Fire District #5 Bid Proposal Information & Specifications For Structural Firefighting Turnout Gear Contact: Firefighter Andrew Mclaurin Snohomish County Fire District #5 PO Box 149 Sultan,

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912) INVITATION TO BID The Ware County Board of Commissioners is now accepting sealed bids for the purchase of Turn Out Gear and related equipment for the Ware County Fire Department. Ware County has no intention

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

Request for Quote (RFQ) For. Brown County

Request for Quote (RFQ) For. Brown County Request for Quote (RFQ) For Brown County Fiber Optic Cable Material, Brown County Project #2148A FIBER OPTIC CABLE MATERIAL PROJECT 2148A Published Date: May 4, 2017 Response Deadline: May 10, 2017 3:00

More information

REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013

REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013 MATERIALS MANAGEMENT OFFICE REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013 RFP NO. FY13.1142.FSM UTU ABE MALAE Executive Officer Page 1 of

More information

CITY OF URBANA REQUEST FOR BIDS. September 3, Notice to Bidders INVITATION TO BID

CITY OF URBANA REQUEST FOR BIDS. September 3, Notice to Bidders INVITATION TO BID CITY OF URBANA REQUEST FOR BIDS September 3, 2013 Notice to Bidders INVITATION TO BID Sealed bids will be received by the City of Urbana until 2:00 p.m., local time, on September 18, 2013, in the Office

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

SPECIFICATIONS AND DOCUMENTS. Fire Fighting Turnout Gear

SPECIFICATIONS AND DOCUMENTS. Fire Fighting Turnout Gear SPECIFICATIONS AND DOCUMENTS FOR Fire Fighting Turnout Gear For City of Bolivar CITY OF BOLIVAR 345 SOUTH MAIN AVENUE P.O. BOX 9 BOLIVAR, MO 65613 417-326-2489 FAX 417-777-3212 NOTICE TO Bidders May, 2014

More information

Architectural Services

Architectural Services Architectural Services 2016 Capital Improvement Program Request for Proposal Number: 18-20 Title of the Projects: Renovations to Weaver Middle School Procurement Department Bibb County School District

More information

City of Pigeon Forge Fire Department Tony L. Watson, Chief

City of Pigeon Forge Fire Department Tony L. Watson, Chief Notice of Bid The City of Pigeon Forge is requesting bids from qualified vendors on Structural Firefighting Gear for the City of Pigeon Forge. Bid specifications are enclosed or may be obtained at the

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

INVITATION FOR BID Bid #872 - Printing Services

INVITATION FOR BID Bid #872 - Printing Services INVITATION FOR BID Bid #872 - Printing Services ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 FOR ADDITIONAL INFORMATION CONTACT: Cindy

More information

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP)

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP) NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP) PROJECT: SERVER REPLACEMENT November 28, 2016 OVERVIEW 1. Project Background and Description The Northeast Texas Public Health

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

Seattle Public Schools Office of Internal Audit. Internal Audit Report Construction Management Practices

Seattle Public Schools Office of Internal Audit. Internal Audit Report Construction Management Practices Seattle Public Schools Office of Internal Audit Issue Date: December 5, 2017 Introduction and Background In accordance with the fiscal year 2018 capital audit plan, we have completed an audit of the district

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS December 15, 2014 Secured Document Shredding Services Project 2014-2015 Due 10:00 AM CST/CDT Tuesday, January 20, 2015 Company Name: Contact Information: Printed Name & Title Address,

More information

INVITATION FOR BID BID #1037 Parka and Softshell Coats

INVITATION FOR BID BID #1037 Parka and Softshell Coats IFB: Bid #1037 Parka and Softshell Coats INVITATION FOR BID BID #1037 Parka and Softshell Coats ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS,

More information

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE

More information

Rental Property Registration and Crime Free Housing Software. Request for Proposal

Rental Property Registration and Crime Free Housing Software. Request for Proposal Rental Property Registration and Crime Free Housing Software RFP NO.: 13-11 Request for Proposal 19 December 2013 Page 1 TABLE OF CONTENTS Section 1 Introduction...3 General Information...4 RFP Submittal

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS:

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS: CITY OF GRANDE PRAIRIE PROCEDURE PROCEDURE NO: 310-2 PAGE: 1 OF 6 TITLE: Request for Quotation POLICY: 310 Purchasing Policy SECTION: APPROVAL DATE: APPROVED BY: City Manager REVISION DATE: DEPARTMENT:

More information

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project BID INSTRUCTIONS Montour County Courthouse Retaining Wall Repair Project The Montour County Commissioners are receiving bids for the Courthouse Retaining Wall Repair Project. The parking lot is located

More information

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR 1 23 Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary REQUEST FOR RESPONSES (RFR) FOR WEB-BASED BID DOCUMENT DISTRIBUTION

More information

Request For Proposal Of Printing and Design Services. Marketing Department

Request For Proposal Of Printing and Design Services. Marketing Department Request For Proposal Of Printing and Design Services Marketing Department Released on June 3, 2016 Mosaic Youth Theatre of Detroit Printing and Design Services REQUEST FOR PROPOSAL (RFP) BACKGROUND Mosaic

More information

Detailed Technical Specifications. for. Protective Clothing for Structural Firefighting Coat and Pant

Detailed Technical Specifications. for. Protective Clothing for Structural Firefighting Coat and Pant Detailed Technical Specifications for Protective Clothing for Structural Firefighting Coat and Pant San Francisco Fire Department 698 2nd Street San Francisco, CA 94107-2015 This specification dated December

More information

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS SPECIFICATION NO. TxDOT 961-30-16 * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may

More information

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904)

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904) CITY OF ATLANTIC BEACH BID NUMBER 1314-08 PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA 32233 (904) 247-5880 REQUEST FOR BID CONTRACT - CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

Casework Technical Support (Social Welfare - Project Management)

Casework Technical Support (Social Welfare - Project Management) Casework Technical Support (Social Welfare - Project Management) Request for Tenders for Services to MABS NATIONAL DEVELOPMENT The latest date for receipt of tenders is 09 June 2017 Commercial House Westend

More information

School Risk Assessment

School Risk Assessment RSU #14 WINDHAM RAYMOND SCHOOLS AND YARMOUTH SCHOOLS School Risk Assessment RFP # 12-06 Bill Hansen and Judy Paolucci 12/2/2011 RSU #14 Windham Raymond Schools and the Yarmouth School Department are requesting

More information

Instructions. Specifications. For. Water Treatment Plant Chemical Bid

Instructions. Specifications. For. Water Treatment Plant Chemical Bid Instructions & Specifications For Water Treatment Plant Chemical Bid Bid Number 2014-002 Hardin County Water District No. 2 Elizabethtown, Kentucky January 24, 2014 Shaun Youravich, Operations Manager

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater CITY OF CHINO HILLS Request for Proposals (RFP) for On-call Electrical Repair Service March 30, 2016 Department: Project Name: Public Works On-call Electrical Repair including Water and Wastewater Proposal

More information

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO. Request for Proposals (RFP) Information Technology Independent Verification and Validation ADDENDUM NO. 2 Questions and Answers RFP Amendments September 2015 Contained herein are the responses to the questions

More information

Mailing Equipment and Supplies, Contract #985-L1 Special Instructions and Contract Details

Mailing Equipment and Supplies, Contract #985-L1 Special Instructions and Contract Details TABLE OF CONTENTS Shipping Information Mailing Equipment and Supplies, Contract #985-L1 Special Instructions and Contract Details Machine Performance Standards Mailing Equipment Specifications Weighing

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

Clothes Washer Verification Program Procedural Guide February 2012 Version 1.0

Clothes Washer Verification Program Procedural Guide February 2012 Version 1.0 Clothes Washer Verification Program Procedural Guide February 2012 Version 1.0 p 1 p 1 Sponsor: Association of Home Appliance Manufacturers 1111 19 th St. NW Suite 402 Washington, DC 20036 Administrator:

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) Missouri State Employees Retirement System REQUEST FOR PROPOSAL (RFP) for Pension Administration Solution RFP Creation and Procurement Consultant John Watson Executive Director Project Manager: Carson

More information

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion 1 Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion Bids due April 5, 2016 1 2 Oak Park Unified School District 5801 Cornishon Ave Oak Park, CA 91377 NOTICE TO

More information

Request for Proposal Robstown Independent School District ERate

Request for Proposal Robstown Independent School District ERate Request for Proposal Robstown Independent School District ERate 2016 2017 Wireless Upgrades at Three Campuses, Local and Long Distance Phone Service, and POTS Lines Bid Due Date: February 23, 2016 at 5:00

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

LOWER MANHATTAN DEVELOPMENT CORPORATION

LOWER MANHATTAN DEVELOPMENT CORPORATION LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR QUALIFICATIONS for PHOTOCOPYING AND RELATED SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development

More information

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified

More information

AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE P.O. Box PPB, Pago Pago AS 96799, (684) /3031,

AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE P.O. Box PPB, Pago Pago AS 96799, (684) /3031, AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE P.O. Box PPB, Pago Pago AS 96799, (684)699-3057/3031, www.aspower.com REQUEST FOR PROPOSAL ( RFP ) TIRE REPLACEMENT SERVICES APRIL 18, 2017 RFP

More information

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents Document (00 21 13) Rudolph/Libbe Inc. www.rlcos.com 6494 Latcha Rd. Walbridge, Ohio 43465 v: 419.241-5000 f: 419.837.9373 Table of Contents 1.0 General Instructions 1.1 Document Hierarchy 1.2 Safety 1.3

More information

REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR OWNER S REPRESENTATIVE March 21, 2014

REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR OWNER S REPRESENTATIVE March 21, 2014 REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR OWNER S REPRESENTATIVE March 21, 2014 Cortex Innovation Community requests qualifications from qualified firms and a fee proposal from such firms for the services

More information

2012 VIRGINIA INDUSTRIALIZED BUILDING SAFETY REGULATIONS

2012 VIRGINIA INDUSTRIALIZED BUILDING SAFETY REGULATIONS 13VAC5-91-10. Definitions. The following words and terms when used in this chapter shall have the following meanings unless the context clearly indicates otherwise. Administrator means the Director of

More information

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055 REQUEST FOR QUOTATION INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Quotation to supply: SIMULTANIOUS INTERPRETATION SYSTEM IRAQ RFQ/11/055 May 26, 2011 Page 2 of 11 Table of Contents

More information

TEXAS DEPARTMENT OF TRANSPORTATION

TEXAS DEPARTMENT OF TRANSPORTATION TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. PREVENTIVE MAINTENANCE AND REPAIR SERVICES FOR APOGEE BUILDING AUTOMATION MANAGEMENT SYSTEM PUBLICATION This specification is a product of the Texas

More information

RSU 14 - WINDHAM RAYMOND SCHOOL DISTRICT OFFICE OF THE ASSISTANT SUPERINTENDENT

RSU 14 - WINDHAM RAYMOND SCHOOL DISTRICT OFFICE OF THE ASSISTANT SUPERINTENDENT RSU 14 - WINDHAM RAYMOND SCHOOL DISTRICT OFFICE OF THE ASSISTANT SUPERINTENDENT 228 Windham Center Road, Windham, ME 04062 Telephone (207) 892-1800 FAX (207) 892-1805 INSTRUCTIONS, SPECIFICATIONS, AND

More information

Request for Quotations

Request for Quotations METRO EMERGENCY OPERATIONS CENTER OF KANAWHA COUNTY 200 Peyton Way Charleston, WV 25309 (304) 746-7911 7911 Request for Quotations Re: Dispatch Radio Console Equipment Date: March 5, 2018 Fiscal Year:

More information

BELLOWS FALLS HISTORICAL SOCIETY, INC. Post Office Box 466 Bellows Falls, VT I fax

BELLOWS FALLS HISTORICAL SOCIETY, INC. Post Office Box 466 Bellows Falls, VT I fax BELLOWS FALLS HISTORICAL SOCIETY, INC. Post Office Box 466 Bellows Falls, VT 05101 802-376-6789 I fax 802-463-9415 Request for Qualifications Design and Build Services for Nature Observation Platforms

More information

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09 INVITATION TO BID Invitation to Submittal Deadline: Wednesday, April 30, 2014 at 2:00 p.m. Mail bids to the following address: Curry County Administration 700 N. Main Street, Suite 10 Clovis, NM 88101

More information

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

EVALUATED INVITATION TO BID CITY OF KNOXVILLE Personal Protective Equipment

EVALUATED INVITATION TO BID CITY OF KNOXVILLE Personal Protective Equipment EVALUATED INVITATION TO BID CITY OF KNOXVILLE Personal Protective Equipment The City of Knoxville seeks to establish a fixed price agreement for firefighter personal protective equipment (PPE or "turn

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018

More information

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) July 5, 2017 PROJECT Collaborative Spaces Furniture PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century, landmark library; most recently

More information

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. 531 N. Nash Street Hortonville, WI 54944-0099 Phone: 920-779-6011 Fax: 920-779-6552 www.hortonvillewi.org REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. Date Issued: February 5, 2016 Date Due: March

More information

** (This bid cancels and replaces Bid #5098) **

** (This bid cancels and replaces Bid #5098) ** Typed by: DATE Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 {251) 208-7 434 brm BuyerP03 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government

More information

Ipswich Public Schools

Ipswich Public Schools Ipswich Public Schools Executive Search Consultant Services for the position of Superintendent of Schools December 2016 I. RFQ Timeline and Decision to Use a Request for Quotes Time Line Superintendent

More information

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT City of McMinnville, Community Development Department ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT Bid Document Nolan Ming 10/11/2017 ALL-IN-ONE

More information

INVITATION FOR BIDS PEST CONTROL SERVICES

INVITATION FOR BIDS PEST CONTROL SERVICES INVITATION FOR BIDS PEST CONTROL SERVICES The Housing Authority of East Baton Rouge Parish is accepting bids for PEST CONTROL services for the thirteen (13) public housing apartment complexes located in

More information

APPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES

APPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES APPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES 1. CONTRACT SCOPE/OVERVIEW: This Contract (identified here and in the other documents as the Contract ) will cover the requirements

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

Request For Information

Request For Information Washington Metropolitan Area Transit Authority Request For Information RFI No. 012617 Uniform Design, Manufacturing, Sales and Distributions of Uniforms RFI Issue Date: January 26, 2017 Response Due Date:

More information

REQUEST FOR PROPOSALS EXECUTIVE SEARCH SERVICES. Issuance Date November 27, 2017

REQUEST FOR PROPOSALS EXECUTIVE SEARCH SERVICES. Issuance Date November 27, 2017 REQUEST FOR PROPOSALS EXECUTIVE SEARCH SERVICES Issuance Date November 27, 2017 Submittal Deadline January 8, 2018 Page Is Blank For Photocopying MARIN LAFCO 2 TABLE OF CONTENTS Section Page Number I.

More information

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion Page 1 of 5 REQUEST FOR PROPOSALS Syracuse City is seeking the services of a qualified engineering consultant

More information

Hong Kong Science and Technology Parks Corporation

Hong Kong Science and Technology Parks Corporation Hong Kong Science and Technology Parks Corporation REQUEST FOR QUOTATION Biomedical Technology Support Centre Thermo cycler (REF #: RFQ/BSC/2018/001) Ref #: RFQ/BSC/2018/001 1 of 13 PURPOSE Hong Kong Science

More information

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m. COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District

More information

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

CRISP Azure Migration Consulting Services. All responses due no later than Friday, July 21 st, at 5pm EST

CRISP Azure Migration Consulting Services. All responses due no later than Friday, July 21 st, at 5pm EST Request for Quote CRISP Azure Migration Consulting Services Friday, July 7th, 2017 All responses due no later than Friday, July 21 st, at 5pm EST 1 Request for Quote RFQ TO ALL RESPONDERS CRISP Azure Migration

More information

MOBILGARD ADL 40 LUBE OIL. July 9, 2007

MOBILGARD ADL 40 LUBE OIL. July 9, 2007 AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BID MOBILGARD ADL 40 LUBE OIL July 9, 2007 IFB NO, 2007GEN1008 ANDRA SAMOA Chief Executive Officer IFB NO. 2007GEN1008 MOBILGARD ADL

More information

Request for Proposal: Controlled System Separation Feasibility Study

Request for Proposal: Controlled System Separation Feasibility Study Request for Proposal: Controlled System Separation Feasibility Study I. INTRODUCTION A. Overview The New York Independent System Operator ( NYISO ) is requesting proposals for professional services from

More information

RFP IP-Based Surveillance Camera System

RFP IP-Based Surveillance Camera System RFP IP-Based Surveillance Camera System The Clinton Community School District (referenced as the DISTRICT throughout this proposal) desire to implement a district wide,tcp/ip based surveillance camera

More information

APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES

APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES PECO is offering cash incentives for qualified Combined Heat and Power (CHP) technology projects 1 to encourage the development of projects that improve

More information

Anguilla Electricity Company Limited. Request for Proposal. Battery System. Anguilla Electricity Company Limited P.O. Box 400 The Valley Anguilla

Anguilla Electricity Company Limited. Request for Proposal. Battery System. Anguilla Electricity Company Limited P.O. Box 400 The Valley Anguilla Anguilla Electricity Company Limited Request for Proposal Battery System Anguilla Electricity Company Limited P.O. Box 400 The Valley Anguilla Request for Proposal Schedule Release Date: June 20, 2017

More information

THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ PHONE (732)

THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ PHONE (732) THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ 08904 PHONE (732)572-4420 February 10, 2017 Window Replacements at Samuel J Kronman Building and Park Terrace

More information

Request for Proposal

Request for Proposal Request for Proposal Dillon School District Three Telecommunications Cabling for Latta Middle School Contact: Robert McIntyre, Director of Technology (843) 752-7101 office phone (843)752-2081 office fax

More information

RFP # Request for Proposal Branding Services. Date: January 12, Proposals must be submitted by 3:00 PM: February 10, 2017

RFP # Request for Proposal Branding Services. Date: January 12, Proposals must be submitted by 3:00 PM: February 10, 2017 RFP #1116-1 Request for Proposal Branding Services Date: January 12, 2017 Proposals must be submitted by 3:00 PM: February 10, 2017 Purchasing Department Queens Borough Public Library 89-11 Merrick Boulevard

More information

Asbestos Removal at Forest Blvd., Hugo, MN

Asbestos Removal at Forest Blvd., Hugo, MN Request for Bids for Asbestos Removal at 14383 Forest Blvd., Hugo, MN This Request for Bids ( RFB ) is for the services of a qualified and licensed contractor to provide removal of Asbestos contaminated

More information

Request for Proposal For: 2018 American Bar Association Temporary Services

Request for Proposal For: 2018 American Bar Association Temporary Services Table of Contents Bid Timetable [2] 1.0 General Bid Information [3] 2.0 Proposal Requirements [5] 3.0 Criteria for Selection [7] 4.0 Specifications and Work Statement [7] Appendix A: Bidder Response Sheet

More information

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY INDORE INDIAN INSTITUTE OF TECHNOLOGY INDORE Notice Inviting Tender 1. Item rate tenders are invited from eligible contractors registered/enlisted with Central Government Departments/State Government Departments/

More information

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSALS (RFP) TERMITE AND PEST CONTROL SERVICE JANUARY 27, 2009

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSALS (RFP) TERMITE AND PEST CONTROL SERVICE JANUARY 27, 2009 AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSALS (RFP) TERMITE AND PEST CONTROL SERVICE JANUARY 27, 2009 RFP NO. 2009FSM-1004 MICHAEL J KEYSER Chief Executive Officer Page - 1

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

10/16/2017 REQUEST FOR PROPOSALS. Accounting-Bookkeeping Services. Two (2) Year Term

10/16/2017 REQUEST FOR PROPOSALS. Accounting-Bookkeeping Services. Two (2) Year Term 10/16/2017 REQUEST FOR PROPOSALS Accounting-Bookkeeping Services Two (2) Year Term REQUEST FOR PROPOSALS Accounting-Bookkeeping Services CONTENTS 1.0 DESCRIPTION OF THE BRANDON & AREA PLANNING DISTRICT

More information

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work Provisions - Governing Specifications - Publication 408 Requirements - Contract Validity Period - Option To Extend - Estimated Quantities - Experience Requirements - Subcontracting - Work Performance Requirement

More information

SECTION I: Corrections, Deletions, Revisions to RFP

SECTION I: Corrections, Deletions, Revisions to RFP For which Proposals are scheduled to be received no later than 10 a.m., Central Standard Time on Wednesday, June 21, 2017 (pursuant to the Request of Proposal (RFP): Temporary Staffing Services for 2018

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart

More information

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk REQUEST FOR PROPOSAL Construction Management Services Not at Risk The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Services Not at Risk

More information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government St Mobile, Alabama

More information

Legal Advertisement REQUEST FOR PROPOSALS

Legal Advertisement REQUEST FOR PROPOSALS Legal Advertisement REQUEST FOR PROPOSALS The Housing Authority of the Town of Secaucus, New Jersey will accept proposals for carpet and tile installation services. The services will be for a two year

More information