REQUEST FOR PROPOSALS FOR DOWNTOWN SAN MATEO CLEANING SERVICES CITY OF SAN MATEO, CALIFORNIA

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS FOR DOWNTOWN SAN MATEO CLEANING SERVICES CITY OF SAN MATEO, CALIFORNIA"

Transcription

1 REQUEST FOR PROPOSALS FOR DOWNTOWN SAN MATEO CLEANING SERVICES CITY OF SAN MATEO, CALIFORNIA The City of San Mateo requests proposals for providing cleaning services for the parking garages and lots operated by the City in downtown San Mateo as well as City streets and sidewalks located downtown. All questions regarding this Request for Proposals (RFP) shall be directed to Vivian Ng, Administrative Aide at or (650) Proposals shall be submitted by firms that have a capable and demonstrate background in the type of work described in Section II, SCOPE OF WORK, of this notice. In addition, all interested firms shall have sufficient, readily available resources in the form of trained personnel, support services, specialized consultants, specialized equipment, and financial resources to carry out the work without delay or shortcomings. The proposals shall be submitted to the Public Works Department, City of San Mateo, 330 West 20 th Avenue, San Mateo, California, 94403, no later than 5:00 p.m. on Friday, March 22, Each proposal shall submit five (5) bound sets and a PDF copy of the package on a CD of the proposal in accordance with Section VIII, PROPOSALS of this notice. The RFP is for a one (1) year contract with opportunities for two (2), one year extensions, commencing on the date that the contract is awarded to the successful bidder. A site visit will take place on Friday, March 8, 2013 at 10:00 a.m. at nd Avenue, San Mateo (please wait outside on Main Street next to Beard Papa). All applicants are strongly encouraged to attend this site visit. As part of this site visit, we will visit the Main Street Garage and the Transit Center Garage and provide general information about the work requested through this RFP. Questions may be submitted prior to the site visit with responses presented to all participants at the site visit. Questions may be submitted to Vivian Ng at (650) or vng@cityofsanmateo.org. I. BACKGROUND There are five City-operated garages and four lots that currently receive regular cleaning and maintenance from an outside contractor. These facilities are listed below and shown in Exhibit A: 2 nd and El Camino Garage Lot 1 Ravioli Lot Lot 8 Main Street Garage Lot 2 Transit Center Garage Lot 9 Tennis Court Garage Lot 3 Kinko s Lot Lot 10 Central Garage Lots 4, 5, 6 Worker s Resource Lot Lot 11 Talbot s Lot Lot 7 1

2 Below are the current cleaning tasks for the garages and lots along with the cleaning frequency: Stairwell cleaning once a week. Garage debris pickup/sweeping three times a week. Stairwell pressure washing once a month. Porter service to inspect and pick up debris, wipe down and empty any City garbage can that is overflowing four hours per weekday. Removal of debris such as mattresses, furniture, car parts and bringing them to the City s Corporation Yard to discard as needed. In addition, the City contracts with an outside contractor for maintenance and cleaning of sidewalks within downtown San Mateo as shown in Exhibits B and C. The current sidewalk cleaning tasks are shown below along with the cleaning frequency: Blowing or removing all debris off sidewalks in time to meet scheduled street sweeping work on Monday, Wednesday, and Friday three times a week Pressure washing sidewalks once a quarter Spot cleaning sidewalk areas as needed Removal of debris in gutter areas that sweepers are unable to sweep Checking of garbage cans to ensure capacity until pick up Given the expiration of the contracts with the current service providers, the City of San Mateo is soliciting proposals from qualified firms to perform regularly scheduled cleaning services at the City s public parking garages, lots and downtown sidewalks as shown on the map in Exhibits A, D and E. This work will include, but not be limited to: Cleaning of the garage elevators and stairwells Steam cleaning and water collection Emptying trash containers and wiping down the tops of the containers Sweeping of the garages and lots Cleaning sidewalks Reporting graffiti and lights in garage and lots that need to be replaced to the City. Please note that this work does not include a separate street sweeping component. The successful Contractor should expect that scheduling may call for seven (7) days per week services in some areas. The City s preference is to contact with one firm to provide an integrated approach to the requested scope of downtown cleaning services. However, the City retains the right to contract with more than one firm for these services and thus firms are asked to price out various options in their proposal. II. TECHNICAL SPECIFICATIONS 2.1 Work shall be performed during or after business hours, on weekends and during holidays as directed by the City of San Mateo. 2

3 2.2 Contractor to furnish all labor, supervision, equipment, tools, supplies, and all efforts necessary to perform sweeping, pressure washing, hot water cleaning, trash can cleaning, and trash removal from designated downtown sidewalks. 2.3 Contractor will power wash, or steam clean garages, sidewalks, trash cans, pick-up litter, remove leaves from sidewalks, clear gutters, replace lights, remove graffiti, refresh garage numbering, and report maintenance concerns in accordance with a regularly scheduled programmed work scheduled system that is to be provided by the contractor and approved by the City of San Mateo. The City, at its discretion, may establish changes to the Contractors work schedule. 2.4 It shall be a requirement that the contractor utilizes portable, mobile, self-contained, high pressure, multiple nozzle head enclosed units with a forced water spray of 2000 to 5000 psi; maintaining a minimum water temperature of 180 degrees Fahrenheit for all hot water cleaning/pressure washing. It is a requirement that the assembly have vacuuming capabilities for water and debris (simultaneous total removal). All water pools left after cleaning must be removed. Proper warning signage must be displayed at all times in the areas being cleaned. As a minimum, grease, oil, stains, grit and gum must be removed at least 50% from the surface of garages and sidewalks. 2.5 Other types of power washing equipment may be allowed providing the equipment is preapproved by the City of San Mateo and providing the equipment is capable of maintaining a pressure of psi, can maintain a water temperature of 180 degrees Fahrenheit, has water removal capabilities, and has debris vacuuming capabilities installed to operate during equipment operating cycles without excessive water dispersal. 2.6 The Contractor s cleaning fleet shall be sufficient enough in both quantity and quality to carry out all of the requirements of this contract. As a part of the City of San Mateo s due diligence process, an inspector from the Public Works Department will inspect the equipment to be used in the fulfillment of this contract prior to the awarding of the contract. Random inspections of equipment will be conducted by the City of San Mateo throughout the life of the contract. 2.7 Height restrictions for all City garages must be adhered to and observed by the contractor at all times. Repair of any damage to ceilings and overhead sprinkler systems caused by failure to observe height restrictions will be the sole responsibility of the contractor. 2.8 Stairwells in all garages will be power washed with a hand-held power washer. Elevators will be swept, wiped down, mopped, and sanitized on an as needed basis. The Contractor will operate elevators to verify operations and notify the appropriate parties if operational issues are noted. Water needs to be contained and not enter elevator door jams/wells. 2.9 It is the Contractor s responsibility to ensure that the disposal of all waste water and debris is conducted in accordance with all existing Regional Water Quality Board regulations. Waste 3

4 water must not contaminate any potable water sites and must use drains that do not empty directly into any outlet leading directly to any river, stream or the Bay In the event that any sidewalk is not cleaned to the satisfaction of the contract administrator, the area will be re-cleaned at no additional cost to the City of San Mateo. The contract administrator shall decide if the entire area in question requires re-cleaning or only a designated portion of the sidewalk requires re-cleaning. An inspection report method will be used by the contract administrator to grade the Contractors performance. On days when scheduled sidewalk power washing is cancelled due to rain, Contractor will schedule an appropriate day to replace the rained out day on schedule, at no additional cost above the contract price or issue a credit Given the number of residents living adjacent to or within downtown, any machine used such as, but not limited to, power washers, leaf blowers, sweepers, and vacuums must be used with the lowest decibel levels possible. In addition, please note that the City is considering additional regulations on the use of leaf blowers including a citywide ban on their use. Consequently, proposers are asked to provide a service and pricing option that reflects such a ban should it be enacted by the City Contractor will have 10 days to correct any unsatisfactory performance as reported / determined by Public Works for no extra pay. If the correction is not made within 10 days, no payment shall be made for that cleaning area for the month and if two of these instances occur within a 12 month period without correction in 10 days, the contract terminates upon 30 days notice This contract may also be used to pressure wash and/or clean building entranceways, steps, loading docks or any other concrete/asphalt surfaces designated by the City of San Mateo. In this case, a time and material method can be used for pricing; however, all pricing must be approved by the contract administrator prior to performing any of this additional work. Hand-held wand equipment may be used by the Contractor in the performance of these additional requirements The Contractor shall perform all work in a manner to minimize disruption of normal commercial operations in all assigned areas. Each time work is completed, the Contractor is responsible for cleaning and removing from each area worked in, all debris, materials and equipment associated with the work performed The Contractor will perform all contracted cleaning duties or services in such a manner that no property belonging to the City of San Mateo is damaged. In the event that damage does occur to property of the City of San Mateo or any adjacent property by reason of any cleaning services performed under this contract, the Contractor shall replace or repair same at no cost to the City of San Mateo. If damage caused by the Contractor has to be repaired or replaced by the City of San Mateo, the cost of such repairs or replacement will be deducted from the monies due to the Contractor. 4

5 2.17 The Contractor may not assign this contract or subcontract to another party for performance of the terms and conditions hereof without the written consent of the City of San Mateo. All correspondence authorizing subcontracting must reference the contract and identify the specific job being subcontracted In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of California, or as hereafter modified by the Department of Industrial Relations, will be the minimum paid to all janitors/cleaners working under the contract to be awarded under this bid process. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. The wages as set forth in the General Prevailing Wage Rates for this project will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The State Prevailing Wage Rates may be obtained from the California Department of Industrial Relations Pursuant to California Public Utilities Code, Sections 465, 466, and 467 by calling Exhibit F provides a sample of the current information A business license shall be obtained as required by the San Mateo Municipal Code, Chapter 5. Section of said Chapter 5 provides that "Every person conducting the business of contractor shall pay an annual tax as follows: (1) General contractor, $116.00; (2) all other contractors, $46.00." 2.20 No tax shall be levied against labor. Bid pricing must include all labor, overhead, tools and equipment used, profit and any taxes that may be levied. It is the responsibility of the bidder to determine any and all taxes and include same in the bid price It shall be the Contractor s responsibility to meet the City of San Mateo s delivery requirements, as called for in these specifications. The City of San Mateo reserves the right to obtain services on the open market in the event the Contractor fails to make delivery and any price differential will be charged against the Contractor The scheduling of garages and sidewalks designated for cleaning will be coordinated by the City of San Mateo Department of Public Works. Due to locations of garages and sidewalks, most work will be scheduled during periods when traffic in these areas is at a minimum. Contractor should expect work to be scheduled early in the morning, late at night or on Sundays and holidays, providing that garages and sidewalks are not utilized to their full capacities at that time. III. TERMS AND CONDITIONS The outcome of this Request for Proposals is to award firm, fixed price contract for the services described herein, for a period of one year with two, one-year extensions. The City of San Mateo may, at its option and with the approval of the Contractor, extend the period of this contract up to a maximum of two (2), one (1) year options. The Contractor shall be notified in writing, by the 5

6 City of San Mateo Public Works Department of the City s intention to extend the contract period at least thirty (30) calendar days prior to the expiration of the original contract period. Any request for reasonable price adjustments must be submitted thirty (30) days prior to the contract expiration date. Justification for the requested adjustment in cost of labor and/or materials must be supported by appropriate documentation and fall within the Consumer Price Index for the commodity not to exceed five percent. CPI increases or decreases are subject to approval, in writing, by the City of San Mateo Department of Public Works prior to any adjusted invoicing being submitted for payment. A business license shall be obtained as required by the San Mateo Municipal Code, Chapter 5. Section of said Chapter 5 provides that "Every person conducting the business of contractor shall pay an annual tax as follows: (1) General contractor, $116.00; (2) all other contractors, $46.00." IV. DELIVERABLES Monthly report of work completed shall be submitted with the monthly invoice absence of such a report may lead to a delay in payment. V. CITY RESPONSIBILITY The City shall provide the following to the Contractor: 1. Map of Street Sweeping Routes 2. Map of Downtown Garages and Lots 3. Project administration 4. Necessary keys 5. Storage room 6. Parking passes 7. Overnight parking of vehicles if necessary VI. FIRM SELECTION PROCEDURE Evaluation of the proposals will be done by City staff that will review the proposals and assess the firm s qualifications, experience, and strength of the proposers in terms of financial resources and ability to perform the work. Downtown stakeholders will also be involved in the selection process. Subsequent to selection of a successful firm, the City will develop an agreement for services (Exhibit G) reflecting the terms and conditions of the proposal plus the City s standard liability and insurance requirements. A copy of that agreement is enclosed. Please review and submit any requested changes with this bid. The City reserves the right to clarify any issues or obtain additional information, as necessary. The City serves the right to modify or reject any or all proposals and proposals shall remain effective for 90 days beyond the submitted date. Proposals will be evaluated and ranked by qualified personnel selected by the City, assessing the firm s qualifications, experience, and 6

7 strength of the proposers in terms of resources and ability to perform the work. The proposals receiving the highest ranking will be invited for an interview. The cost to the City for performing this work shall be an important, but not an overriding consideration. The evaluation of bids will be based on, but not limited to the following: Compliance with the specifications Requested changes to City s standard agreement for services Cost Ability to perform the required services Past history of work at other sites Condition and amount of equipment Size of labor force Experience Reliability The City of San Mateo reserves the right to award in whole or in part, by item or group of items, by section or geographic area, or make multiple awards, when such action serves the best interest of the City of San Mateo. The City may elect to stop work at any time in the contract and will pay for work completed to that point on a time and material basis. VII. PAYMENT The method of payment to the successful proposal shall be on a time and materials basis with a breakdown of cost and a maximum not to exceed fee, as set by the proposal in this this proposal, as being the maximum cost to perform all work. This figure shall include direct costs and overhead such as, but not limited to, transportation, communications subsistence and materials, and, any subcontracted items of work. Progress payments will be based on an actual hours, hourly costs and support service costs charged to the project on a monthly basis. Invoices must be billed to the City of San Mateo, Department of Public Works via the contract administrator. All invoices must include: Contract Name and Number assigned by the City of San Mateo Terms as bid Job site name and address Building number, if applicable or sidewalk areas using street boundaries or zone designations. Description of work performed Rate as bid per garage and/or sidewalk areas Other charges with complete explanation Grand Total of Invoice. Invoicing that does not contain all of the information required, as listed above, will be sent back for corrections, delaying payment to the Contractor. 7

8 VIII. PROPOSAL A complete proposal package will and must be submitted to be considered and must include five hard copies and a PDF copy of the package on a CD. The proposal shall consist of the following elements: 1. A breakdown of cost as follows and can be submitted using the attached cost sheet. Garage Cleaning: Lot Cleaning: A. 2 nd and ECR Garage F. Talbot s Lot B. Central Garage G. Ravioli Lot C. Tennis Court Garage H. Worker s Resource Lot D. Main Street Garage I. Kinko s Lot E. Transit Center Garage Sidewalk Cleaning/Sweeping: Trash Can Cleaning/Porter Service: (Time/Frequency) Total Cost for One Year: 2. The proposer s experience and history in performing this type of work. Include references of persons, firms, or agencies that the City may contact to verify the experience of the proposal, as well as example of completed projects of a similar nature. 3. Information on the Project Manager or main contact. 4. Provide a confirmation of the recommended project schedule as identified below. 5. The proposer s ability to fulfill the City of San Mateo s insurance requirements as shown in the sample agreement (Exhibit G). 6. An identification of any modification to the attached Professional Services Agreement (Exhibit G) the contractor would require prior to entering into an agreement with the City. IX. ESTIMATED PROJECT TIMETABLE March 1 March 8 March 22 Notice Inviting Proposals sent out. Pre-Bid Site Visit. Responses from interested firms due at the Public Works Department no later than 5:00 p.m. 8

9 Early April May 20 May 24 June 3 City to conduct interview and select firm for contract award. City Council award of contract. Notice to Proceed. Services begin. We look forward to your participation in this project. Inquiries and/or responses may be directed to: Vivian Ng, Administrative Aide Public Works Department City of San Mateo 330 W 20 th Avenue San Mateo, CA (650) ng@cityofsanmateo.org Attachment Cost Sheet Exhibit A - Map of Garages and Lots Exhibit B - Map of Sidewalk Cleaning Exhibit C - Map of Boundaries Exhibit D - Additional Information about Parking Garages and Lots Exhibit E - List of City Trash Cans Exhibit F - Prevailing Wage Information Exhibit G - Draft Agreement and Insurance Requirements 9

REQUEST FOR PROPOSALS For Engineering Design Services Street Reconstruction at Various Locations CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For Engineering Design Services Street Reconstruction at Various Locations CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For Engineering Design Services Street Reconstruction at Various Locations CITY OF SAN MATEO, CALIFORNIA The City of San Mateo hereby requests proposals for engineering design services

More information

CITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS

CITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS CITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS Whereas the City of Goodlettsville, hereinafter called City, desires to obtain the service of a private contractor for cleaning and sweeping certain

More information

TEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE

TEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE PUBLICATION This specification is a product of the Texas Department of Transportation

More information

Request for Proposals. 42nd Avenue Pump Station Rehabilitation. Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403

Request for Proposals. 42nd Avenue Pump Station Rehabilitation. Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 42nd Avenue Pump Station Rehabilitation Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 May 24, 2015 The City of San Mateo (City) is accepting proposals to select a qualified

More information

REQUEST FOR PROPOSALS. City of Wilkes-Barre Web Based Parking Ticket Payment Solutions, and Pay-By-Phone Solution

REQUEST FOR PROPOSALS. City of Wilkes-Barre Web Based Parking Ticket Payment Solutions, and Pay-By-Phone Solution REQUEST FOR PROPOSALS City of Wilkes-Barre Web Based Parking Ticket Payment Solutions, and Pay-By-Phone Solution City of Wilkes-Barre 40 East Market Street Wilkes-Barre, PA 18701 2018 INVITATION FOR REQUEST

More information

RFP for Elevator Maintenance

RFP for Elevator Maintenance Housing Authority of the City of Shreveport Request for Proposals for Elevator Maintenance and Repair Services for the HACS Administrative Office at 2500 Line Avenue, Shreveport, LA 71104 Proposals due:

More information

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC PREPARED BY: Metropolitan Washington Airports Authority Washington Dulles International Airport Engineering

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

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: CITY OF HOPKINSVILLE COMMERCIAL CLEANING MAINTENANCE

More information

The Art Barn is available to be seen by potential vendors by appointment only by contacting EMSA s CFO whose information is listed below.

The Art Barn is available to be seen by potential vendors by appointment only by contacting EMSA s CFO whose information is listed below. October 10, 2018 OBJECT: REQUEST FOR PROPOSAL VENDORS, The ( EMSA ) located at 1600 Dundee Avenue in Elgin, IL 60120 is soliciting vendors with an expertise in construction services-demolition to perform

More information

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No PART 1 GENERAL 1.1 RELATED DOCUMENTS REQUIREMENTS COMMON TO ALL WORK CATEGORIES 1. Drawings and general provisions of the Contract, including General Special Conditions and other Division 1 Specification

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

Request for Proposals. Downtown Santa Monica Parking Structure Maintenance. Public Parking Structures #1 6, #9 & #10

Request for Proposals. Downtown Santa Monica Parking Structure Maintenance. Public Parking Structures #1 6, #9 & #10 Request for Proposals Downtown Santa Monica Parking Structure Maintenance Public Parking Structures #1 6, #9 & #10 RESPOND TO: Downtown Santa Monica, Inc. 1351 Third Street Promenade, Suite 201 Request

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES OCTOBER 09, 2014 EAST BAY REGIONAL PARK DISTRICT Atlas Road Extension Improvements POINT PINOLE REGIONAL SHORELINE PROPOSALS DUE: 2:00PM, NOVEMBER

More information

ATTACHMENT A. Bid # 6793

ATTACHMENT A. Bid # 6793 ATTACHMENT A SCOPE OF WORK TECHNICAL SPECIFICATIONS AND CONTRACT DRAWINGS STORAGE SHED INSTALLATION AT THE SAN JOAQUIN COUNTY HOUSEHOLD HAZARDOUS WASTE FACILITY Bid # 6793 Department of Public Works Solid

More information

TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL

TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II El Paso, Texas EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL for the BUILDING CONCRETE GLASS AND GLAZING FIRE SPRINKLER MECHANICAL

More information

2018 REQUEST FOR PROPOSAL FOR JANITORIAL SERVICES. Alberta Construction Safety Association (ACSA)

2018 REQUEST FOR PROPOSAL FOR JANITORIAL SERVICES. Alberta Construction Safety Association (ACSA) 2018 REQUEST FOR PROPOSAL FOR JANITORIAL SERVICES Alberta Construction Safety Association (ACSA) CLOSING DATE: February 9 th, 2018 SECTION 1 PURPOSE AND CONTENT 1.1 We are Alberta s partner in construction

More information

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC PREPARED BY: Metropolitan Washington Airports Authority Washington Dulles International Airport Engineering

More information

SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY

SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY I. Introduction SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals on Rebate Program Automation Issuance Date: July 24, 2018 Response Deadline: August 23, 2018 The Southern California Public

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION REMOVAL OF RECYCLABLE MATERIALS SCRAP PAPER, ALUMINUM CANS, AND PLASTIC BOTTLES

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION REMOVAL OF RECYCLABLE MATERIALS SCRAP PAPER, ALUMINUM CANS, AND PLASTIC BOTTLES TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. * REMOVAL OF RECYCLABLE MATERIALS SCRAP PAPER, ALUMINUM CANS, AND PLASTIC BOTTLES PUBLICATION This specification is a product

More information

SADDLE CREEK CSD LANDSCAPE ARCHITECT REQUEST FOR PROPOSALS. (Boilerplate language, map and other contract language to be added on approval of Board)

SADDLE CREEK CSD LANDSCAPE ARCHITECT REQUEST FOR PROPOSALS. (Boilerplate language, map and other contract language to be added on approval of Board) October 17, 2017 SADDLE CREEK CSD LANDSCAPE ARCHITECT REQUEST FOR PROPOSALS (Boilerplate language, map and other contract language to be added on approval of Board) PROPOSAL SUBMITTALS DUE NOVEMBER 17,

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

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 ADDENDUM 1 Date: June 13, 2018 Bid No.: Title: 18-11/AL Repair and Maintenance of Landfill Gas Chiller System Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 This Addendum

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

APPENDIX A - TECHNICAL SPECIFICATIONS. JEA Fleet Services Light Duty Equipment Maintenance and Repair

APPENDIX A - TECHNICAL SPECIFICATIONS. JEA Fleet Services Light Duty Equipment Maintenance and Repair APPENDIX A - TECHNICAL SPECIFICATIONS JEA Fleet Services Light Duty Equipment Maintenance and Repair 1. GENERAL SCOPE OF WORK This scope of work is looking for a Respondent(s) to provide JEA Fleet Services

More information

West Valley Library Parking Lot Repair with Porous Asphalt

West Valley Library Parking Lot Repair with Porous Asphalt RFQ-066 Request for Quote for West Valley Library Parking Lot Repair with Porous Asphalt Susan Miller Facilities Manager Yakima Valley Libraries April 3, 2017 RFQ NAME: ISSUING AGENCY: West Valley Library

More information

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO: ISSUE DATE: MARCH 21, 2012 (REVISION 2-08/31/12) PROJECT: CNB BUILDINGS 2 AND 3 CATOOSA, OKLAHOMA OWNER: BID TO: (Mail & Fax) CHEROKEE NATION BUSINESSES 777 WEST CHEROKEE STREET CATOOSA, OKLAHOMA 74015

More information

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Presidio Trolley Coach Facility - Presidio Bus Lifts

More information

LEGAL AD INVITATION TO BID

LEGAL AD INVITATION TO BID LEGAL AD INVITATION TO BID THE COUNTY OF CARBON WILL RECEIVE SEALED BIDS, UNTIL 3:30 P.M. (PREVAILING TIME), MONDAY, JULY 24, 2017 IN THE OFFICE OF THE COUNTY CONTROLLER, COURTHOUSE ANNEX, 2 ND FLOOR,

More information

TEXAS DEPARTMENT OF TRANSPORTATION TRASH REMOVAL AND DISPOSAL PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION TRASH REMOVAL AND DISPOSAL PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * REVISED: May 2016 TRASH REMOVAL AND DISPOSAL PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). It is

More information

TECHNICAL SPECIFICATIONS FOR INTERCEPTOR AND SIPHON INSPECTION/CLEANING

TECHNICAL SPECIFICATIONS FOR INTERCEPTOR AND SIPHON INSPECTION/CLEANING A. GENERAL TECHNICAL SPECIFICATIONS FOR INTERCEPTOR AND SIPHON INSPECTION/CLEANING Contractor shall furnish all labor, materials, equipment, traffic control, transportation, and supervision necessary for

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

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS Issue Date: August 11, 2013 Title: Issuing Agency & Address Location of Work: RFQ#: SWaM-2013-15 Pre-Qualified Contractors Term Small, Women, and Minority Owned (SWaM) Contractors for Renovation, Replacement

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 PROJECT: OWNER: Shell and Core Improvements-1235 Mission Scope 1: Stairs DATE: December 29, 2017 1235 Mission Street San Francisco, California SFUSD Project

More information

CARPENTRY SERVICE CONTRACT TO Salisbury University B. DIVISION 2 - SUPPLEMENTARY GENERAL CONDITIONS

CARPENTRY SERVICE CONTRACT TO Salisbury University B. DIVISION 2 - SUPPLEMENTARY GENERAL CONDITIONS CARPENTRY SERVICE CONTRACT 10-04 TO 9-09 Salisbury University SECTION III SPECIFICATIONS A. DIVISION 1 - GENERAL CONDITIONS 1. General B. DIVISION 2 - SUPPLEMENTARY GENERAL CONDITIONS 1. Qualifications

More information

ADDENDUM NO. 01. Include this signed and dated addendum to your proposal.

ADDENDUM NO. 01. Include this signed and dated addendum to your proposal. ADDENDUM NO. 01 To City of College Park RFP GICC 051916 HOUSEKEEPING SERVICES HOUSEKEEPING SERVICES at the GEORGIA INTERNATIONAL CONVENTION CENTER Please note the following additions/changes to this bid.

More information

Ohio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011)

Ohio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011) Ohio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011) Sec. 153.65. As used in sections 153.65 to 153.73 of the Revised Code: (A)(1)

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

TEXAS DEPARTMENT OF TRANSPORTATION DISPLACEMENT AND CONTROL OF BIRD INFESTATION

TEXAS DEPARTMENT OF TRANSPORTATION DISPLACEMENT AND CONTROL OF BIRD INFESTATION TEXAS DEPARTMENT OF TRANSPORTATION * DISPLACEMENT AND CONTROL OF BIRD INFESTATION PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may not

More information

NEW CONSTRUCTION APPLICATION

NEW CONSTRUCTION APPLICATION NEW CONSTRUCTION APPLICATION CONSTRUCTION COMMITMENT AND CONTRACTOR GUIDELINES The General Contractor is solely responsible for the compliance of these guidelines by all subcontractors, suppliers, and

More information

MIDDLESEX COUNTY COLLEGE 2600 WOODBRIDGE AVENUE P.O. BOX 3050 EDISON, NEW JERSEY 08818

MIDDLESEX COUNTY COLLEGE 2600 WOODBRIDGE AVENUE P.O. BOX 3050 EDISON, NEW JERSEY 08818 1. PURPOSE MIDDLESEX COUNTY COLLEGE 2600 WOODBRIDGE AVENUE P.O. BOX 3050 EDISON, NEW JERSEY 08818 BID # 19-1 TRASH DISPOSAL AND RECYCLING CONTRACT SPECIFICATIONS The purpose of these specifications is

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

CITY OF BELLINGHAM, WASHINGTON Purchasing-Vendor Guide

CITY OF BELLINGHAM, WASHINGTON Purchasing-Vendor Guide P U R C H A S I N G O F F I C E, 2 2 2 1 P A C I F I C S T, B E L L I N G H A M W A. 9 8 2 2 9 P H O N E 360-778-7750 F AX 3 6 0-778-7706 P U R C H A S I N G O F F I C E, 2 7 7 8-7 7 5 0 CITY OF BELLINGHAM,

More information

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE Due Date: August 3, 2017 1.0 Overview The Outagamie County Department of Recycling

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

TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES

TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES SPECIFICATION NO. PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification

More information

REQUEST FOR PROPOSALS (RFP) Design Services for District Heat Distribution System

REQUEST FOR PROPOSALS (RFP) Design Services for District Heat Distribution System REQUEST FOR PROPOSALS (RFP) Design Services for District Heat Distribution System Issued by the City of Montpelier, Vermont Department of Planning and Community Development Responses Due: August 12, 2011,

More information

WATER CONSERVATION REGULATIONS (as passed by Utility Board)

WATER CONSERVATION REGULATIONS (as passed by Utility Board) WATER CONSERVATION REGULATIONS (as passed by Utility Board) A. Outdoor vegetation watering restrictions. 1. All outdoor vegetation on residential and commercial properties located (i) at an even numbered

More information

Facilities Management Services SY18-19

Facilities Management Services SY18-19 REQUEST FOR PROPOSAL Facilities Management Services SY18-19 About Achievement Prep Achievement Prep is an award winning, high-performing, college-preparatory public charter school located in Southeast

More information

Subject: Statement of Qualifications for Public Safety Building Design

Subject: Statement of Qualifications for Public Safety Building Design March 5, 2010 Subject: Statement of Qualifications for Public Safety Building Design The City of Porterville seeks Statements of Qualification (SOQ) from qualified architectural and engineering firms for

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES Section I Application (These procedures do not apply to Design-Build Contracts.)

More information

Purchasing and Procurement Policy

Purchasing and Procurement Policy Purchasing and Procurement Policy Purpose The purpose of this document is to implement the requirements of state law with regard to procurement and bidding on public contracts for public works, goods,

More information

Water Pollution Control for Work in Sensitive Areas

Water Pollution Control for Work in Sensitive Areas Water Pollution Control for Work in Sensitive Areas 10-1. WATER POLLUTION CONTROL The Contractor is advised that failure to fully comply with the provisions of this Section, and all requirements listed

More information

Addendum No. TWO Date:

Addendum No. TWO Date: Addendum No. TWO Date: 11.12.2018 Project: HICKORY GROVE RE-PAVING OF DRIVES & PARKING FOR THE JEFFERSON COUNTY HOUSING AUTHORITY, BIRMINGHAM, ALABAMA MCKEE PROJECT NO. 18-229 The following modifications/

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

The 28 th Annual Milford Pumpkin Festival October 6 th through 8 th, 2017 Celebrating 28 Years!

The 28 th Annual Milford Pumpkin Festival October 6 th through 8 th, 2017 Celebrating 28 Years! The 28 th Annual Milford Pumpkin Festival October 6 th through 8 th, 2017 Celebrating 28 Years! Dear Food Vendor: Attached please find information on food product vending for the Milford Pumpkin Festival,

More information

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Replacement of Manual Trolley Switch System Phase 1

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Replacement of Manual Trolley Switch System Phase 1 CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Replacement of Manual Trolley Switch System Phase

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

Responses to this RFP are due on or before February 23, 2015, as described below in Sections IV and VI.

Responses to this RFP are due on or before February 23, 2015, as described below in Sections IV and VI. SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals for Distributed Generation Consulting Services Issuance Date: December 24, 2014 Response Deadline: February 23, 2015 I. Introduction The

More information

BID SPECIFICATIONS FOR CLEANING & MAINTENANCE SERVICES FOR CITY OF ZION

BID SPECIFICATIONS FOR CLEANING & MAINTENANCE SERVICES FOR CITY OF ZION BID SPECIFICATIONS FOR CLEANING & MAINTENANCE SERVICES FOR CITY OF ZION The City of Zion is requesting bids for cleaning and maintenance services to be performed at: Zion City Hall, 2828 Sheridan Road,

More information

Town of Burlington, MA Request for Qualifications Owner s Project Manager (OPM) Services for the Design and Construction of DPW Facilities

Town of Burlington, MA Request for Qualifications Owner s Project Manager (OPM) Services for the Design and Construction of DPW Facilities Town of Burlington, MA Request for Qualifications Owner s Project Manager (OPM) Services for the Design and Construction of In accordance with Massachusetts General Laws, Chapter 149, Sec. 44A½, the Town

More information

ENGINEERING BUILDING ROOF REPLACEMENT

ENGINEERING BUILDING ROOF REPLACEMENT ENGINEERING BUILDING ROOF REPLACEMENT SOLICITATION NO. 2017-06 March 13, 2017 St. Clair County, Illinois, through the Public Building Commission (herein after referred to as OWNER ), hereby gives notice

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 PROJECT: OWNER: Shell and Core Improvements-1235 Mission Scope 2: Roof 2 DATE: December 29, 2017 1235 Mission Street San Francisco, California SFUSD Project

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

REQUEST FOR PROPOSALS No VRE FARE MEDIA SALES QUESTIONS AND ANSWERS

REQUEST FOR PROPOSALS No VRE FARE MEDIA SALES QUESTIONS AND ANSWERS REQUEST FOR PROPOSALS No. 018-003 VRE FARE MEDIA SALES QUESTIONS AND ANSWERS Below are questions VRE received as of August 30, 2017 at 11:00 A.M. EST, with responses. Whenever possible, questions are presented

More information

Phase 1 - Technical Assessment Kettle River Watershed Management Plan. Request for Proposals

Phase 1 - Technical Assessment Kettle River Watershed Management Plan. Request for Proposals Phase 1 - Technical Assessment Kettle River Watershed Management Plan Request for Proposals Closing date and time: 4:00 PM, January 28, 2011 Pacific Standard Time Location of proposal closing: Regional

More information

City of Palo Alto (ID # 4369) City Council Staff Report

City of Palo Alto (ID # 4369) City Council Staff Report City of Palo Alto (ID # 4369) City Council Staff Report Report Type: Consent Calendar Meeting Date: 1/13/2014 Summary Title: Seismic Upgrade Project Amendment #1 w/ URS Title: Approval of Amendment Number

More information

SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY

SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals for Smart Grid Implementation Services RFP Date: October 22, 2014 Response Deadline: November 21, 2014 I. Introduction The Southern California

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

North American Development Bank. Engagement of Consultants

North American Development Bank. Engagement of Consultants North American Development Bank Engagement of Consultants ENGAGEMENT OF CONSULTANTS This Note has been prepared by the North American Development Bank (the Bank) to assist staff and borrowers in the implementation

More information

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the CONTRACT AGREEMENT This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the "City") and Contractor as of the date the last party to this Contract Agreement signed below. W I T N E

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

SPECIFICATIONS JANITORIAL SERVICES

SPECIFICATIONS JANITORIAL SERVICES SPECIFICATIONS JANITORIAL SERVICES 1. TERM OF CONTRACT Contract shall exist for (12) months beginning on Notice to Proceed date. The Town reserves the right to extend this Agreement on an annual basis

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

El Dorado Avenue

El Dorado Avenue A t t a c h m e n t 1 F i n d i n g s a n d C o n d i t i o n s 1995-1999 El Dorado Avenue Use Permit #08-10000055 JULY 10, 2008 CEQA FINDINGS 1. The project is categorically exempt from the provisions

More information

Schedule 3 Services Schedule Equipment and Equipment-Related Supplies

Schedule 3 Services Schedule Equipment and Equipment-Related Supplies Equipment and Equipment-Related Supplies Services Schedule Equipment and Supplies Template LHIN Version June 2017 Schedule 3 Services Schedule Equipment and Equipment-Related Supplies TABLE OF CONTENTS

More information

PALMETTO RAILWAYS (PR)

PALMETTO RAILWAYS (PR) FT PR 8001-H (Cancels STB FT PR 8001-G) PALMETTO RAILWAYS (PR) FREIGHT TARIFF PR 8001-H (Cancels Freight Tariff PR 8001-G) PUBLISHING RULES AND CHARGES GOVERNING SWITCHING AND OTHER TERMINAL CHARGES AND

More information

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014 REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES Issue Date: April 30, 2014 Due Date: June 6, 2014 In order to be considered, proposals must be signed and returned via email to rwhitmore@wested.org

More information

Request For Proposals

Request For Proposals Request For Proposals Watauga County seeks Proposals from individuals or firms interested in providing services for the demolition and removal of a 237,000 square foot building located in Boone, NC. The

More information

REQUEST FOR PROPOSALS. Size of Site Approximately 5 acres in size with no permanent structures presently located on the site.

REQUEST FOR PROPOSALS. Size of Site Approximately 5 acres in size with no permanent structures presently located on the site. REQUEST FOR PROPOSALS The Village of Bedford Park is issuing this Request For Proposals (RFP) for the selection of an architectural firm for architectural services in connection with the design of a multi-purpose

More information

Embassy of India Tel Aviv TENDER NOTICE. Subject: Cleaning contract for the Office premises of Embassy of India, Tel Aviv

Embassy of India Tel Aviv TENDER NOTICE. Subject: Cleaning contract for the Office premises of Embassy of India, Tel Aviv Embassy of India Tel Aviv TENDER NOTICE Subject: Cleaning contract for the Office premises of Embassy of India, Tel Aviv Sealed quotations are invited for award of contract for cleaning of the office premises

More information

Human Resources Consultant Compensation and Pay Equity Request for Proposal

Human Resources Consultant Compensation and Pay Equity Request for Proposal The Township of Nipissing 45 Beatty Street Nipissing, ON P0H 1W0 Lead Contact: Charles Barton, CAO-Clerk Email: admin@nipissingtownship.com Phone: 705-724-2144 Fax: 705-724-5385 Human Resources Consultant

More information

Release of RFP February 9, 2017 RFP Questions and Clarifications Deadline February 16, 2017 at 4 p.m.

Release of RFP February 9, 2017 RFP Questions and Clarifications Deadline February 16, 2017 at 4 p.m. Request for Proposals Temporary Staffing Services North St. Louis Soil and Water Conservation District 307 First St S Ste 114 Virginia MN 55792 I. Introduction The North St. Louis Soil and Water Conservation

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

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS Delivery Method: Prequalification for Design-Bid-Build Contracts Issue Date: November 17, 2017 Project Name: SWaM 18-20 Pre-qualified Contractors Term Project Code: SWaM-18-20 Commodity/Service: Construction

More information

REQUEST FOR PROPOSAL (RFP) INSTRUCTIONS AND SUPPLEMENTAL CONDITIONS

REQUEST FOR PROPOSAL (RFP) INSTRUCTIONS AND SUPPLEMENTAL CONDITIONS REQUEST FOR PROPOSAL (RFP) INSTRUCTIONS AND SUPPLEMENTAL CONDITIONS Project Title: Parking Lot Sealcoating, Striping and Numbering RFP Number: EQ5P2SSAC-17-0008 RFP Issue Date: Monday, August 14, 2017

More information

DOCUMENT POST BID INTERVIEW

DOCUMENT POST BID INTERVIEW DOCUMENT 00 45 90 POST BID INTERVIEW PART 1 GENERAL 1.01 SUMMARY By request of the District, this Section requires the apparent low bidder to attend and participate in a Post Bid Interview with the Construction

More information

CITY OF LYNWOOD. Specification for Correlator-Based Leak Detection Study

CITY OF LYNWOOD. Specification for Correlator-Based Leak Detection Study CITY OF LYNWOOD Request for Proposals (RFP) for Specification for Correlator-Based Leak Detection Study Date: November 16, 2011 Department: Project Name: Public Works Specification for Correlator-Based

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

DOCUMENT INVITATION TO BID

DOCUMENT INVITATION TO BID DOCUMENT 00 11 16 INVITATION TO BID 1. Notice is hereby given that the governing board ( Board ) of the Oakland School District ( District or Owner ) will receive sealed bids for the following: Project

More information

THE NUCLEUS INNOVATION AND RESEARCH PARK PARKING GARAGE

THE NUCLEUS INNOVATION AND RESEARCH PARK PARKING GARAGE REQUEST FOR DESIGN-BUILD PROPOSALS THE NUCLEUS INNOVATION AND RESEARCH PARK PARKING GARAGE Lump Sum Proposal ISSUED TUESDAY, JUNE 10, 2014 RESPONSES DUE WEDNESDAY, JULY 2, 2014 BY 4:00 PM EDT TABLE OF

More information

HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico INVITATION TO BID. HMS Nutritional Services Milk

HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico INVITATION TO BID. HMS Nutritional Services Milk HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico 88241 INVITATION TO BID SUBJECT: HMS Nutritional Services Milk BID NUMBER: 1415-04 OPENING DATE: PLACE OF OPENING: July 2 nd, 2014 2:00 p.m. Hobbs

More information

Request for Quotation for Subscription Management Services Solicitation Number RFQ Subscription Service

Request for Quotation for Subscription Management Services Solicitation Number RFQ Subscription Service Request for Quotation for Subscription Management Services Solicitation Number 2019-2021 RFQ Subscription Service The Library Network (TLN) seeks price quotations from qualified vendors who will provide

More information

TAYLOR DISTRIBUTING COMPANY RULES AND SPECIAL CHARGES TARIFF. Effective January 1, 2008

TAYLOR DISTRIBUTING COMPANY RULES AND SPECIAL CHARGES TARIFF. Effective January 1, 2008 Effective January 1, 008 The Rules and Special Charges of this Tariff apply to transportation services performed by Taylor Distributing Company ("Taylor"), whether commerce is interstate, intrastate, or

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

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

REQUEST FOR PROPOSALS 7530 Roofing Services 2013

REQUEST FOR PROPOSALS 7530 Roofing Services 2013 REQUEST FOR PROPOSALS 7530 Roofing Services 2013 General Description The City of Fort Collins is soliciting proposals for an experienced roofing contractor to perform needed repair, maintenance and repair-by-replacement

More information