RFP 16-97: Rice Park Splash Park Design and Construction Services. Submission Deadline February 9 th 2016

Size: px
Start display at page:

Download "RFP 16-97: Rice Park Splash Park Design and Construction Services. Submission Deadline February 9 th 2016"

Transcription

1 CITY OF HUTCHINSON, KANSAS REQUEST FOR PROPOSALS City of Hutchinson Project Manager: Justin Combs, Director of Parks and Facilities 1500 S Plum Hutchinson, KS Justin.combs@hutchgov.com RFP 16-97: Rice Park Splash Park Design and Construction Services Submission Deadline February 9 th INVITATION TO SUBMIT QUALIFICATIONS 1.1 The City of Hutchinson, Kansas seeks a qualified firm/individual to design, furnish and install a new splash park for Rice Park. All interested firms/individuals are invited to submit their proposals, in the form specified by this Request for Proposal. 1.2 Proposals will be received at the City of Hutchinson, City Hall 125 E Ave B, Kansas 67501, until 10:00 AM. (CST) on the above-referenced Proposal submission deadline. Proposals shall be submitted within a sealed envelope addressed to the City of Hutchinson, in care of Justin Combs, Director of Parks and Facilities, and identified on the outside with Proposer s name and address and clearly marked Rice Park Splash Park. Proposals will be opened at 1:30 PM in Conference Room A Hutchinson Public Works Facilities, 1500 S Plum Hutchinson, KS. 1.3 Submissions must be hand-delivered, or sent via return receipt delivery effected by certified mail, priority mail, commercial courier service, overnight delivery service, or other reliable personal delivery service to the City s above-referenced address. Facsimile or electronic submissions will not be accepted. Submissions received after the specified time and date will be returned unopened. 1.4 All questions concerning this project during the solicitation process shall be forwarded to the Project Manager listed above. 2. DEFINITIONS 2.1. City: The City of Hutchinson, Kansas Contractor: The firm/individual retained by the City for the Project Project: The designing, furnishing and installation of a new splash park and related accessories for Rice Park, as generally described in this RFP. 1

2 2.4. Proposer: A person or entity who submits a Proposal in accordance with, and in response to, this RFP RFP: This Request for Proposals and all attachments hereto SOQ: A completed and properly signed and submitted statement of qualifications in response to this RFP, which includes all required information and other submittals. 3. OVERVIEW OF PROJECT 3.1. Rice Park is located at 44 Swarens Street Hutchinson, Kansas, The park is a large community park that contains playground equipment, shelter house/gazebos, sports fields, horseshoe pits, basketball court, tennis courts, a 1.25 mile walking/jogging trail and contains the northern limits of the Jim Martinez Trail. Many years ago Rice Park contained an outdoor pool but due to the ongoing cost and condition of the pool it was removed. In recent years there has been an interest in the community for outdoor aquatic opportunities in or near the Rice Park area This RFP is seeking a firm to design, furnish and install a spray park at Rice Park in place of the existing tennis courts. The proposal should reflect all cost associated with the project with the exceptions listed in section 4. The total budget for this project is $300,000 including utility work to be performed by the City. The proposed splash park should not exceed $275, SPECIFICATIONS & GENERAL SCOPE OF WORK 4.1. Generally, it is anticipated that the selected Contractor will provide new splash park equipment as specified below, for Rice Park. The Contractor would be expected to provide all equipment, design, installation and transportation to the site, in accordance with the following requirements: The contractor will design-build and install a water feature to include sprays and/or stream jets, ground features and all appurtenances to operate the system in Rice Park The contractor will include a site plan that so that the spray park is appropriately integrated into the surrounding park The Contractor will furnish all equipment and labor The contractor will construct a brushed concrete pad with color additives The contractor will construct any sidewalks needed to connect the spray park to the existing parking lot All exposed components shall be adequately coated with aliphatic urethane coating to resist rust and guard against degradation form UV exposure Top Plates, Component Heads and Spray Nozzles shall be constructed of materials resistant to vandalism, deterrent to theft, require special tools for removal and free from degradation in transmitting pressurized, chemically treated, potable water. Top Plates, Component Heads and Nozzles constructed of Stainless Steel, Bronze or Red Brass shall be given preference Installation of activation post to be located at or near the water feature or splash park Installation of a recycle tank with a recirculation system and disinfection system. The recycle tank shall be plumbed to gravity drain to the sanitary sewer to accommodate a complete draining for repair or winterization. If a gravity drain cannot be accommodated, a sump pump that drains the entire system shall be installed. 2

3 All mechanical and water delivery systems shall be housed in an above ground enclosure The contractor will the test the system for proper operation The contractor will provide instructions on the proper operation of the new system The contractor will provide the city staff with a list of all materials and products used for this project The contractor will provide two (2) sets of operation and maintenance manuals with drawings of the installed splash park The City will provide all utilities to the project site. The contractor will be responsible for connecting the newly installed equipment to the utilities provided by the City The City will remove the existing tennis courts including the concrete slab, fencing. Existing lighting may remain in place to be used for the splash park if deemed appropriate for the selected design. If the lights are removed they will be removed by the City All site work other than the removal of the tennis court (see 4.3) will be performed by the contractor. 5. GENERAL INFORMATION AND REQUIREMENTS 5.1. All responses to this RFP must comply with the instructions outlined herein, including the specific submittal requirements set forth in Section 6 below All questions concerning this Project during the RFP solicitation process shall be forwarded to the Project Manager listed above. Any questions about the meaning or intent of this RFP or its requirements are to be submitted in writing to the above Project Manager, not less than three (3) days prior to the date of opening. Questions thus submitted will be answered by written addenda issued to all prospective Proposers. Oral or other interpretations or clarifications will be void, without any legal effect, and do not bind the City Proposers shall be solely responsible for all costs of preparing and submitting the proposal. The City is not liable for any costs incurred by a Proposer Before submitting a proposal, each Proposer shall make all investigations and examinations necessary to ascertain site conditions and requirements affecting the proposed services; and to verify any representations made by the City upon which the Proposer will rely. If the Proposer receives an award, failure to have made such investigations and examinations will in no way relieve the Proposer from its obligations to comply in every detail with all provisions and requirements of the contract Site visits are not mandatory, but interested Proposers are encouraged visit Rice Park before submitting a Proposal Proposers may withdraw or modify their submitted Proposals at any time before the submission deadline. 3

4 5.7. The City reserves the right to accept or reject any or all Proposals received as a result of this RFP, or to negotiate separately with competing contractors. The City also reserves the right to waive any informalities, defects, or irregularities in any Proposals, or to accept such Proposals as shall be deemed to be in the best interest of the City During the performance of this contract, the contractor/vendor will not discriminate against any employee or applicant for employment because of race, sex, religion, color, age, national origin, ancestry or physical handicap, unless based upon a bonafide occupational qualification. The contractor/vendor will take affirmative action to insure applicants are employed, and that employees are treated during employment without regard to their race, sex, religion, color, age, national origin, ancestry or physical handicap The attached statement on property owned within the City of Hutchinson must be complete and returned with the FRP in accordance with the City's policy on delinquent property taxes. "The City reserves the right to reject all bids from bidders who are delinquent in personal or real estate property taxes to Reno County, Kansas." LABOR & MATERIALS BOND: The Contractor shall guarantee to the Owner, all materials, equipment and workmanship supplied or performed under this Contract for a period of two (2) years after the date of completion and acceptance of the work by the Owner in the form of a Maintenance Bond. The Maintenance Bond shall be provided to the Owner within 10 days of acceptance of a Contractors Bid PERFORMANCE BOND: The successful bidder to whom the Contract is awarded shall furnish within ten (10) days after the award, a Performance Bond in a sum equal to the amount of his Contract as guarantee to meet the requirements as set forth with the terms of the Contract. The form of these bonds will be furnished by the Purchasing Manager a copy of which is contained herein. These bonds must be properly executed by the Contractor and by a reliable corporate surety company, of recognized standing and acceptable to the Owner. These bonds must be accompanied by attorney-in-fact authority for signing the surety company's name on the bond. The Contract shall not be valid until the aforesaid bonds are furnished and approved by the Owner STATUTORY BOND. The Contractor shall guarantee to the Owner, all materials, equipment and labor supplied or performed under this Contract shall promptly be paid to all persons furnishing supplies materials and labor in the prosecution of the work provided for in said contract, and any and all duly authorized modifications of said Contract that may hereafter be made. The Statutory Bond shall be provided to the Owner within 10 days of acceptance of a Contractors Bid CONTRACTOR'S INSURANCE: The Contractor shall not commence work under this Contract until he has obtained all the insurance required under this paragraph and such insurance has been approved by the Owner, nor shall the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies shall contain a provision that coverages afforded under the policies will not be canceled or not renewed until at least thirty (30) days' prior written notice has been given to the Owner. Certificates of Insurance showing such coverages to be in force shall be filed with the Owner prior to commencement of the work. Any deductible under any policy of insurance required in this Article shall be Contractor s liability. Acceptance of certificates of insurance by the City shall not limit the contractor s liability under the Contract. The Contractor s obligations to obtain and maintain all required insurance are nondelegable duties under this contract. The City of Hutchinson does not represent or 4

5 warrant that the types of limits of insurance adequately protect Contractor's interest or sufficiently covers Contractor s liability. Failure by contractor to maintain the insurance coverage plans specified herein shall be considered a material breach of this Agreement. The City of Hutchinson requires the following coverages: 1. Comprehensive or Commercial form General Liability Insurance a. The Contractor will provide proof of General Liability Insurance including: i) Premises, - Operations ii) Products / Completed Operations iii) Independent Contractors iv) Contractual Insurance v) Bodily Injury vi) vii) Broad Form Property Damage Explosion, Underground and Collapse Hazard, (if necessary by the nature of the work) b. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising out of any wrongful or negligent acts, errors and omissions of the Contractor, his officers or agents, employees, or subcontractors. c. To the extent that the Contractor s work, or work under this direction, may require blasting, explosive conditions, or underground operations, the coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings or damage to underground property. d. Contractor under this Article shall provide coverage in amounts not less than $1,000, per occurrence combined single limit for bodily injury and property damage. 2. Comprehensive Automobile Liability Insurance a. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles and shall cover operations on or off the site of all motor vehicles licensed for highway use, whether they are owned, nonowned, or hired.. b. The liability limits shall not be less than $1,000, Workers Compensation and Employer s Liability Insurance a. The Contractor agrees to maintain Workers Compensation Insurance & Employers Liability. b. In the event any work is sublet, the Contractor shall require the subcontractor similarly to provide the same coverage and shall himself acquire evidence of such coverages on behalf of the subcontractor. c. The Contractors shall maintain Workers Compensation Insurance as required by statute and Employer s Liability coverage limits of $500,000/$500,000/$500,000. d. This policy shall include an all states endorsement. e. The Worker s Compensation and Employer s Liability policies shall be endorsed to waive all rights or subrogation against the City of Hutchinson. 4. Professional liability (Errors and Omissions) Insurance a. The Contractor shall assume liability for the wrongful or negligent acts, errors and omissions of its officers, employees and subcontractors, and have adequate insurance to cover such negligent acts, errors and omissions with limits of $1,000, b. The amount may increase depending on the scope of services that will be provided (i.e., account, actuarial, architectural, auditing, brokerage, computer programming, consulting, counseling, engineering, environmental, landscape architectural, legal, medical, surveying, real estate, soils engineering, or other professional services). Prior to, or at the time of execution of the Contract, the Contractor shall file with the Owner, a "Certificate of Insurance" on the form provided in the Contract Documents and supplemented if desired by a "Certificate of Insurance" on a form supplied by the Insurer. The "Certificate" will 5

6 be considered proof to show that the Contractor and his subcontractors, if any, carry adequate coverage fully to protect themselves against such claims which may arise from operations under this Contract, whether such operations be by the Contractor or any subcontractor or anyone directly or indirectly employed by either; said coverage to be in the form and minimum amounts herein above specified. Each "Certificate" shall contain a clause requiring the Insurer to notify the Owner at least thirty (30) days in advance of any cancellation or change in insurance contracts. All policies shall be subject to approval by the Owner as to Insurer and adequacy of protection. 6. FORMAT AND REQUIRED SUBMISSIONS 6.1. To be considered by the City, each submission shall be organized in accordance with, and shall include the information required by, the RFP Content Sheet attached hereto as Exhibit A. There is no express page limit for Proposals, but the City encourages Proposers to prepare their Proposals simply and economically, providing a straightforward and concise description of the information requested. Each Proposal shall be in letter format, on the firm s letterhead, containing the information identified in Exhibit A. 7. METHOD OF PAYMENT. Payment will be made with 21 days of date of delivery and satisfactory performance to the City of Hutchinson and submission of Contractor s invoice. Payment interval shall be included in RFP submission. 8. SELECTION PROCESS; CONTRACT AWARD 7.1. In evaluating RFP submissions, the City will consider each Proposer s qualifications, experience, references, ability to meet the Project timelines, and overall ability to satisfy the City s needs for the Project. However, the City is not obligated to award a contract based solely on these factors, or on any one factor alone The City reserves the right to request additional information and materials. The City will negotiate with the top-ranked Proposer(s). Negotiations will include a detailed discussion of the firm s specific scope of work, fees, and other contractual matters. The form and details of the agreement between the City and the Contractor will be negotiated prior to contract award. 9. PROJECT TIMELINE 8.1. The following is a tentative schedule that will lead to the solicitation and selection of a Contractor for the Project: Advertise RFQ January 22, 2016 Proposals Due February 9, 2016 Final Design/Negotiations February 23, 2015 Governing Body Approval of Contract March 1, 2016 Project Completion July 1,

7 EXHIBIT A City of Hutchinson, Kansas Splash Park Design and Installation Request for Proposal Content Sheet Each Proposal should be address the following items: A. The name, address, and telephone number of the Proposer submitting the Proposal, and the names and contact information of the individuals who are authorized to bind and make representations on behalf of the firm. B. A summary of the Proposer s understanding of, and interest in furnishing, the goods and services required by the City, including the design services, furnishing the equipment, and the installation of the new equipment and materials. C. A brief overview of the firm s history, philosophy, and credentials, including a summary of any licenses or certifications maintained by the Proposer. D. Identify any technical innovations that may be incorporated into the Project, and any innovative approaches that may be used in executing the work. E. Discuss the particular expertise your firm/team offers and how you propose to use such expertise to benefit the City and add value to the Project. F. A list of five (5) comparable splash park projects undertaken by the Proposer and/or team members in the past (10) ten years, including: o Reference name, with current contact information; o Brief description of project, and similarity to the City s proposed Project; and o Color images of the referenced completed splash park. G. Provide a statement on the availability and commitment of the Proposer and assigned professionals to undertake and provide the goods and services during the proposed timeframes. H. Completion of the attached Certificate of Non-Discrimination / Certification Of Pair Personal and Real Estate Taxes form. I. Additional relevant information not requested elsewhere in the RFP. 7

8 CERTIFICATE OF NON-DISCRIMINATION The undersigned Contractor hereby agrees to observe all the provisions of Chapter 3 of the Code of the City of Hutchinson, Kansas, 1988, and any subsequent amendments thereto and provisions of K.S.A and 1031, as amended, including subsection (a), paragraphs (1) through (5) inclusively of Section 1030, which reads as follows: (1) the Contractor shall observe the provisions of the Kansas Act Against Discrimination and shall not discriminate against any person in the performance of work under the present Contract because of race, religion, color, sex, disability, national origin or ancestry; (2) in all solicitations or advertisements for employees, the Contractor shall include the phrase, "Equal Opportunity Employer," or a similar phrase to be approved by the Commission; (3) if the Contractor fails to comply with the manner in which the Contractor reports to the Commission in accordance with the provisions of K.S.A , and amendments thereto, the Contractor shall be deemed to have breached the present Contract and it may be canceled, terminated or suspended, in whole or in part, by the contracting agency; (4) if the Contractor is found guilty of a violation of the Kansas Act Against Discrimination under a decision or order of the Commission which has become final, the Contractor shall be deemed to have breached the present Contract and it may be canceled, terminated or suspended, in whole or in part, by the contracting agency; and (5) the Contractor shall include the provisions of subsections (a) 1 through 4 in every subcontract or purchase order so that such provisions will be binding upon such subcontractor or vendor. Signing of this certificate acknowledges inclusion of the same in the base Contract before signing thereof and acceptance of the terms of this certificate. Date Name of Contractor By Name and Title * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CERTIFICATION OF PAID PERSONAL AND REAL ESTATE TAXES In compliance with City of Hutchinson purchasing policies, the following certification on property owned within Reno County must be completed and returned with the quotations in accordance with the City's policy on delinquent property taxes. A. "The owner(s) or corporation hereby certifies that all personal and real estate taxes within Reno County are paid." B. "No property is owned by the owner(s) or corporation within Reno County." DATE: SIGNATURE: COMPANY: NAME OF SIGNEE: TELEPHONE NUMBER: TITLE OF SIGNEE: PLEASE NOTE: This form is to be attached to the proposal when the quotation is submitted. 8

9 MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS, That we,, as Principal and, a corporation authorized under the laws of the state of with principal office in and authorized to transact business in the state of Kansas, as Surety, hereinafter referred to as "Surety", are held and firmly bound unto the City of Hutchinson, Kansas, hereinafter called the "Owner", in the penal sum of DOLLARS ($ ) lawful money of the United States for the payment of which sum well and truly to be made said Principal and Surety bind themselves, their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, said Principal has entered into written Contract with the Owner, dated,, for the furnishing of all the materials and doing all the work of whatever kind necessary to FURNISH ALL LABOR, MATERIALS AND EQUIPMENT REQUIRED TO COMPLETE THE RICE PARK SPLASH PARK DESIGN AND CONSTRUCTION SERVICES PROJECT AT THE HUTCHINSON RICE PARK, HUTCHINSON, KANSAS, AS SPECIFIED IN FFP16-97, AND IN STRICT ACCORDANCE WITH SPECIFICATIONS OF RFP for such work on file in the office of the City's Central Purchasing Office, Hutchinson, Kansas, and in accordance with said Contract, a copy of which is, or may be attached hereto and which is made a part hereof by reference. NOW THEREFORE, if the Principal shall keep and maintain for said work without additional charge or cost to the Owner for a period of TWO (2) years from the date of final payment under said Contract; and make such repairs as the Owner may deem necessary; and, before the expiration of the TWO (2) year period, make such repairs as may be ordered by the Owner to produce acceptable work which shall meet the conditions as listed in and as required by the General Specifications of the Contract Documents for said Contract; then this obligation will be void; otherwise to remain in full force and effect. IN TESTIMONY WHEREOF, said Principal has duly executed these presents, and said Surety has caused these presents to be executed in its name and its Corporate Seal is to be hereunto affixed, by its duly authorized agent or agents, all as of the day and year first above written. This document is executed in four (4) copies. Principal By: Signature Name in Print Office or Position of Signer Surety By: Signature, Attorney-in-Fact Name in Print (A certified copy of the agent's power of attorney must be attached hereto.) 9

10 P E R F O R M A N C E B O N D KNOW ALL MEN BY THESE PRESENTS, That we, as Principal, and, a corporation authorized under the laws of the state of with principal office in and authorized to transact business in the state of KANSAS as Surety, are held and firmly bound into the CITY OF HUTCHINSON hereinafter called the Owner, in the sum of DOLLARS ($ ) lawful money of the United States, for the payment of which sum, well and truly to be made, said Principal and Surety bind themselves, their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, said Principal has entered into a written Contract with the Owner dated, 20, for the furnishing of all materials and doing of all the work of whatever kind required to FURNISH ALL LABOR, MATERIALS AND EQUIPMENT REQUIRED TO COMPLETE THE RICE PARK SPLASH PARK DESIGN AND CONSTRUCTION SERVICES PROJECT AT THE HUTCHINSON RICE PARK, HUTCHINSON, KANSAS, AS SPECIFIED IN FFP16-97, AND IN STRICT ACCORDANCE WITH SPECIFICATIONS OF RFP 16-97, AND all in accordance with the detailed specifications for such work on file in the office of the CITY CENTRAL PURCHASING and in accordance with said Contract, a copy of which is, or may be attached hereto and which is by reference made a part hereof. NOW, THEREFORE, if the Principal shall well and truly perform and fulfill all the undertakings, covenants, terms, conditions, and agreements of said Contract during the original term of said Contract and any extensions thereof that may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty required under the Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any kind and all duly authorized modifications of said Contract that may hereafter be made, then, this obligation to be void, otherwise to remain in full force and effect. THE UNDERSIGNED SURETY, for value received, hereby stipulates and agrees that no extension of time, change in, addition to, or other modification of the terms of the Contract or work to be performed thereunder, or of the specifications or other Contract Document accompanying same, shall in anywise affect its obligation on this bond and said Surety does hereby waive notice of any such extension of time, change, addition or modification. IN TESTIMONY WHEREOF, said Principal has duly executed these presents and said Surety has caused these presents to be executed in its name and its Corporate Seal to be hereunto affixed, by its duly authorized agent or agents, all as of the day and year first above written. This document is executed in four (4) copies. Principal By: Signature Name in Print Office or Position of Signer Surety By: Signature, Attorney-in-Fact Name in Print (A certified copy of the agent's power of attorney must be attached hereto.) 10

11 S T A T U T O R Y B O N D KNOW ALL MEN BY THESE PRESENTS, That we, as Principal, and, a corporation authorized under the laws of with principle office in, and authorized to transact business in the State of Kansas as Surety, are held and firmly bound unto the City of Hutchinson in the penal sum of DOLLARS ($ ) lawful money of the United States, for the payment of which sum well and truly to be made, said Principal and Surety bind themselves, their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, said Principal has entered into written Contract with the CITY OF HUTCHINSON, KANSAS, dated, 20, for the furnishing of all supplies, materials and labor and doing all the work of whatever kind necessary to: FURNISH ALL LABOR, MATERIALS AND EQUIPMENT REQUIRED TO COMPLETE THE RICE PARK SPLASH PARK DESIGN AND CONSTRUCTION SERVICES PROJECT AT THE HUTCHINSON RICE PARK, HUTCHINSON, KANSAS, AS SPECIFIED IN FFP16-97, AND IN STRICT ACCORDANCE WITH SPECIFICATIONS OF RFP 16-97, in accordance with the specifications for such work on file in the Office of the City Purchasing Agent of Hutchinson, Kansas and in accordance with said Contract, a copy of which is or may be attached hereto and which is made a part hereof by reference. NOW THEREFORE, if the Principal shall promptly make payment to all persons furnishing supplies, materials and labor in the prosecution of the work provided for in said Contract, and any and all duly authorized modifications of said Contract that may hereafter be made, then this obligation will be void; otherwise, to remain in full force and effect. THE SAID SURETY, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the term of the Contract or to the work to be performed thereunder, or the specifications accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the specifications. IN TESTIMONY WHEREOF, said Principal has duly executed these presents, and said Surety has caused these presents to be executed in its name, and its Corporate Seal is to be hereunto affixed, by its duly authorized agent or agents, all as of the day and year first above written. CORPORATE SEAL Principal Surety CORPORATE SEAL Attorney-in-fact (A certified copy of the agent's power of attorney must be attached hereto.) (To be filed with the Clerk of the District Court.) 11

12 Rice Park - Splash Pad STONE BRIDGE DR WOOD BRIDGE CT DO VE R LINWOOD DR DR Future Splash Park Location HENDRICKS ST SW AR EN S ST Rice Park TH AV E ST 18TH AVE JA M A ID SEVILLE D R 19 TH ES TE R ST 19 Future Splash Park Location SEDONA CT 61 A UR O R 17TH AVE 50 R AD 96 Hutchinson Area Map Hutchinson City Limits South Hutchinson Feet

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4 CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4 Please quote your delivered prices to the City of Hutchinson on items or services listed below. Consult attached minimum and general specifications for requirements.

More information

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1 TELEPHONE: 620/694-1970 OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO. 15-149 ADDENDUM NO. 1 July 22, 2015 TO ALL PROSPECTIVE BIDDERS: The Bid Documents for the Bid 15-149, are hereby amended

More information

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT THIS AGREEMENT made and entered into this day of, 19, by and between

More information

Insurance Requirements for Contractors

Insurance Requirements for Contractors Insurance Requirements for Contractors I. CONTRACTOR S LIABILITY AND WORKERS COMPENSATION INSURANCE Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries

More information

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on

More information

CONTRACT for PLUMBING REPAIR SERVICES

CONTRACT for PLUMBING REPAIR SERVICES CONTRACT for PLUMBING REPAIR SERVICES BLANKET PURCHASE ORDER NUMBER BP340068 THIS CONTRACT entered into this 25th day of June, 2013 by and between the CITY OF WICHITA, KANSAS, a municipal corporation,

More information

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT Effective August 22, 2018, Addendum No. 1 and the applicable attachment(s) is associated with the Invitation for Bid (IFB) seeking bids

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

ITEM NO APPROX. DESCRIPTION UNIT PRICE EXTENDED PRICE

ITEM NO APPROX. DESCRIPTION UNIT PRICE EXTENDED PRICE CITY OF HUTCHINSON BID FORM Please quote your delivered prices to the City of Hutchinson on items or services listed below. Consult attached minimum and general specifications for requirements. This is

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT Amended 6/09 APPLICABILITY: These procedures will apply where an individual desires to install or abandon a temporary monitoring

More information

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Construction Service for Piedmont Community

More information

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST) To: Raymond

More information

CITY OF HUTCHINSON BID FORM Page 1 of 2

CITY OF HUTCHINSON BID FORM Page 1 of 2 CITY OF HUTCHINSON BID FORM Page 1 of 2 Please quote your delivered prices to the City of Hutchinson on items or services listed below. Consult attached minimum and general specifications for requirements.

More information

CONTRACT for Biometric Screenings

CONTRACT for Biometric Screenings CONTRACT for Biometric Screenings THIS CONTRACT entered into this 8th day of March, 2011, by and between the CITY OF WICHITA, KANSAS, a municipal corporation, hereinafter called "CITY", and VIA CHRISTI

More information

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK MAY 1, 2018 Effective Date: January 1, 2019 1 Introduction A. Overview and Reason for Competitive Request for Proposal Overland Park, Kansas

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S Page 11 of 17 G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S The contractor shall provide certificates of insurance in a form acceptable to the Georgia Ports Authority

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services CTH BB from University Dr. to Pond Road CTH C from CTH F to East Co. Line CTH V from Palmer Road to Amberg Posting Date: May

More information

City of Merriam, Kansas

City of Merriam, Kansas City of Merriam, Kansas Request for Proposals Auditing Services August 30, 2012 Sections: I. Introduction II. Scope of Requested Services III. Description of the Government IV. Timing of Audit V. City

More information

SMALL WORKS ROSTER APPLICATION FORM

SMALL WORKS ROSTER APPLICATION FORM SMALL WORKS ROSTER APPLICATION FORM BETHEL SCHOOL DISTRICT NO. 403 PURCHASING 516 176 TH STREET EAST SPANAWAY WA 98387 Telephone: (253) 683-6078 Fax: (253) 683-6079 Per RCW 25A.335.190, the undersigned

More information

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST)

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the removal of wood waste for the Forestry Division Instructions to Bidders 1. An advertisement

More information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

More information

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06 City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06 Project Name: Replacement of Diving Platform Hand Rail

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES DATE: April 8, 2016 PROPOSAL: Q16-131 The Town of Chapel Hill Business Management

More information

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 REQUEST FOR PROPOSAL (RFP) #18-049-53 LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 RESPONSE DEADLINE: JANUARY 16, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: KIRSTEN BURMEISTER,

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

More information

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES May 10, 2011 GENERAL INFORMATION Introduction The City of Salinas (City) seeks qualification submittals from firms or individuals

More information

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD. SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California April 27, 2017 Subject: Request for Proposals Engineering Design Services and Construction Management for the Sewer Lining Project on Cypress, Essexfells, Vega, and Florentina. The City of Alhambra is

More information

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: #15-013 BOE Due on

More information

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials Request for Proposal (RFP) For 2014 Liquid Asphalt Materials Posting Date: March 13, 2014 Response Deadline: March 27, 2014 3:00 p.m.central Standard Time (CST) To: Raymond G Palonen, Highway Commissioner

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Remove, Repair and Re- Install

More information

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018 REQUEST FOR PROPOSALS RFP#18-023-25 PROPANE FUEL FOR THE 2018-2019 HEATING SEASON POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: MARCH 27, 2017 11:00 A.M. CENTRAL STANDARD TIME (CST) TO: PETE VILLAS, ADMINISTRATOR

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

Town of Lee Septic Tank Pumping Services

Town of Lee Septic Tank Pumping Services Invitation to Bid The invites bid bids from qualified bidders for the pumping of septic holding tanks and floor drains for all Town-owned buildings. Prospective respondents are advised to read the bid

More information

REQUEST FOR PROPOSAL (RFP) # TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018

REQUEST FOR PROPOSAL (RFP) # TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018 REQUEST FOR PROPOSAL (RFP) #18-013-25 TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018 RESPONSE DEADLINE: FEBRUARY 7, 2018 11:00 A.M.CENTRAL STANDARD TIME (CST) TO: PETE VILLAS, ADMINISTRATOR MARINETTE

More information

City of Loveland, Ohio

City of Loveland, Ohio City of Loveland, Ohio Request for Proposal (RFP) Information Technology (IT) Managed Services Provider Proposals are due by 4:30 PM, November 1, 2017 The City of Loveland is inviting qualified Information

More information

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S SMALL TOWN VALUES 1115 13TH AVENUE PO BOX 79 SIDNEY NEBRASKA 69162 BIG TIME OPPORTUNITIES PHONE (308) 254-5300 FAX (308) 254-3164 www.cityofsidney.org City of Sidney Request for Qualifications and Proposal

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR Bid #08-15 Sealed bids for a three year, annually renewable contract to provide School Fencing Repairs and installation

More information

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON SCHOOL DISTRICT BOILER CLEANING MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: # 17-002BOE_

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL FINANCE DEPARTMENT I N V I T A T I O N T O B I D GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent BID #33-16 RECONSTRUCTION OF RETAINING

More information

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS PROFESSIONAL SERVICE CONTRACT HYDROGRAPHIC & LAND SURVEYING ON-CALL SERVICES RFP Number: ASPA 43-017 AUGUST 2017 Professional Service Contract Request

More information

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015 Request for Proposal (RFP) For Printing Services RFP #15-001-44 Posting Date: March 18, 2015 Response Deadline: April 15, 2015 2:00 p.m. Central Standard Time (CST) To: Kristi Yates, Accountant Marinette

More information

Request for Proposal (RFP) For Plat book Printing

Request for Proposal (RFP) For Plat book Printing Request for Proposal (RFP) For Plat book Printing Posting Date: May 23, 2012 Response Deadline: June 8, 2012 4:00 p.m. Central Standard Time (CST) To: John Lefebvre Marinette County Land Information Director

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID # INVITATION TO BID PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #2018-20 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website: http://www.bakercountyfl.org

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

CONSULTANT SERVICES AGREEMENT

CONSULTANT SERVICES AGREEMENT CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California

More information

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015 REQUEST FOR PROPOSAL (RFP) #15-060-34 FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015 RESPONSE DEADLINE: DECEMBER 18, 2015 10:00 A.M. CENTRAL STANDARD TIME

More information

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and

More information

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide CENTRAL COAST WATER AUTHORITY Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide March 2018 1 CONTRACT DOCUMENTS TABLE OF CONTENTS BIDDING REQUIREMENTS, CONTRACT

More information

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01 State College Area School District 131 West Nittany Avenue State College, PA 16801-4899 REQUEST FOR PROPOSAL RFP #2010/11-01 RFP Title: Labor Negotiator Release of RFP: July 28 2010 Due Date: September

More information

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS The City of Levelland is seeking proposals to install two playgrounds in the Levelland Park System. Sealed proposals clearly marked on the outside

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

More information

Telemetry Upgrade Project: Phase-3

Telemetry Upgrade Project: Phase-3 Telemetry Upgrade Project: Phase-3 Cedar River Water & Sewer District is soliciting Statements of Qualifications from interested consulting engineering firms capable of providing Telemetry/SCADA Engineering

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

More information

REQUEST FOR QUALIFICATIONS FOR. ISSUE DATE: November 3, 2017 DUE DATE: November 20, 2017

REQUEST FOR QUALIFICATIONS FOR. ISSUE DATE: November 3, 2017 DUE DATE: November 20, 2017 REQUEST FOR QUALIFICATIONS FOR Design/Build Construction Services Merriam Community Center ISSUE DATE: DUE DATE: November 20, 2017 Project Manager: Meredith Hauck, Assistant City Administrator Contact

More information

Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes

Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes The Supplement Presentation as of August, 2015 Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes (the full Statutes for Design/Build approaches with an analysis of each) David

More information

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Issue Date: March 28, 2013 Responses due: April 18, 2013, 4:00 p.m. Pacific Local Time REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST The

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

GROUNDS MAINTENANCE AGREEMENT

GROUNDS MAINTENANCE AGREEMENT GROUNDS MAINTENANCE AGREEMENT THIS AGREEMENT is entered into this day of, 2012, by and between the City of Plant City ( City ) and Company ), whose address is. WHEREAS, City desires to retain Company to

More information

WINDOW WASHING

WINDOW WASHING REQUEST FOR BID FOR WINDOW WASHING 2019-2021 Madison, Wisconsin July, 2018 Advertisement for Bids The Madison Metropolitan Sewerage District requests bids for Window Washing 2019-2021. Specifications are

More information

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service:

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service: THIS INDEPENDENT CONTRACTOR AGREEMENT (hereinafter, this "Agreement"), entered into this of, 2013, by and between the CITY OF WINSTON-SALEM, a North Carolina municipal corporation (hereinafter, the "City")

More information

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 REQUEST FOR PROPOSAL (RFP) FOR: RFP # 18-040-57 LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 RESPONSE DEADLINE: DECEMBER 4, 2018 4:00 P.M. CENTRAL STANDARD TIME (CST) TO: PAUL KLOSE

More information

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS For Real Estate Brokerage Services for the Global Center for Health Innovation FIRSTMERIT CONVENTION

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

REQUEST FOR QUOTE (RFQ) # FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018

REQUEST FOR QUOTE (RFQ) # FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018 REQUEST FOR QUOTE (RFQ) #18-030-25 - FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018 RESPONSE DEADLINE: AUGUST 6, 2018 4:30 P.M. CENTRAL STANDARD TIME (CST) TO: PETE VILLAS, ADMINISTRATOR MARINETTE

More information

Quiet Zone Installation Agreement

Quiet Zone Installation Agreement Quiet Zone Installation Agreement THIS QUIET ZONE INSTALLATION AGREEMENT is made effective this 3rd day of August, 2009, by and between WatersEdge Land Company, L.L.C. ( WatersEdge ) and the City of Overland

More information

REQUEST FOR PROPOSAL (RFP) TO PROVIDE A RECREATION MANAGEMENT SOFTWARE SOLUTION

REQUEST FOR PROPOSAL (RFP) TO PROVIDE A RECREATION MANAGEMENT SOFTWARE SOLUTION REQUEST FOR PROPOSAL (RFP) TO PROVIDE A RECREATION MANAGEMENT SOFTWARE SOLUTION Kraig Boynton, Purchasing Agent City of Galesburg 55 W. Tompkins St. Galesburg, IL 61402 RFP Circulation Date: February 17,

More information

Building Division Specifications and Contract Documents for the: COMMUNITY CENTER PLAYGROUND PROJECT PROJECT No

Building Division Specifications and Contract Documents for the: COMMUNITY CENTER PLAYGROUND PROJECT PROJECT No Building Division Specifications and Contract Documents for the: COMMUNITY CENTER PLAYGROUND PROJECT PROJECT No. 2015-03 For use in conjunction with the, City of Marina Standard Specifications and Standard

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

CONTRACT For ADMINISTRATION OF GRANT FUNDING IN SUPPORT OF THE ARTS

CONTRACT For ADMINISTRATION OF GRANT FUNDING IN SUPPORT OF THE ARTS CONTRACT For ADMINISTRATION OF GRANT FUNDING IN SUPPORT OF THE ARTS THIS CONTRACT entered into this day of 20th October 2009, by and between the CITY OF WICHITA, KANSAS, a municipal corporation, hereinafter

More information

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015 CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015 OWNER: City of Des Plaines 1420 Miner Street Des Plaines, Illinois 60016 Owner will receive sealed proposals

More information

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Posting Date: April 22, 2013 Response Deadline: May 6, 2013 10:00 a.m. Central Daylight Time (CDT) To: John Machnik,

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information