Burlington International Airport City of Burlington REQUEST FOR PROPOSALS JANITORIAL SERVICES

Size: px
Start display at page:

Download "Burlington International Airport City of Burlington REQUEST FOR PROPOSALS JANITORIAL SERVICES"

Transcription

1 Burlington International Airport City of Burlington REQUEST FOR PROPOSALS JANITORIAL SERVICES NOVEMBER 2011

2 PROPOSAL PACKAGE CONTENTS 2011 JANITORIAL SERVICES CONTRACT BURLINGTON INTERNATIONAL AIRPORT 1. ADVERTISEMENT FOR PROPOSAL (1 PAGE) 2. PREBID INFORMATION (1 PAGE) 3. BID QUOTE FORM (TO SUPPLEMENT PROPOSAL) (1 PAGE) 4. REQUEST FOR PROPOSAL (13 PAGES) 5. DRAFT JANITORIAL AGREEMENT (16 PAGES) ATTACHMENT A Pre-Qualification of Construction Contractors Application ATTACHMENT B Standards & Services ATTACHMENT C Schedule of Services ATTACHMENT D Tile Recommendations ATTACHMENT E Janitorial Supplies EXHIBITS A & B-FLOOR PLANS (11 PAGES) (9 PAGES) (11 PAGES) (17 PAGES) (2 PAGE) (2 PAGES)

3 BURLINGTON INTERNATIONAL AIRPORT REQUEST FOR PROPOSALS JANITORIAL SERVICES The City of Burlington, acting by and through its Board of Airport Commissioners (hereinafter referred to as the City ) requests proposals from all interested and qualified proponents desiring to provide Janitorial services at Burlington International Airport. Proposals will be due by 2:00 PM on Wednesday, November 30, 2011 in accordance with proposal procedures and requirements outlined in an REP document that will be available in via or at the office of the Director of Aviation, 2nd floor Airport Terminal Building on Wednesday November 9, This information can be made available in alternative formats for persons with disabilities. A mandatory pre-bid meeting will be held at the Airport on Wednesday November 16, 2011 at 10:00 AM in the Airport Conference Room, 2 floor, Airport Terminal Building, Burlington International Airport, 1200 Airport Drive, South Burlington, Vermont. Persons with disabilities who require assistance or special arrangement to participate in the Pre-bid meeting or Bid opening are encouraged to contact the airport at (802) at least 72 hours in advance so that proper arrangements can be made. Please note that the Board of Airport Commissioners is committed to ensuring that Disadvantaged Business Enterprises (DBE) firms participate to the maximum extent possible in all work at the Airport. Also, the contractor on this work will be required to comply with the Equal Employment requirements of the City of Burlington and provisions of the City s Livable Wage Ordinance. It is the intent of the City to fully evaluate all proposals received and to select the proposal it considers most satisfactory for the provision of Janitorial services at the Airport. The City reserves the right to reject any and all bids, to waive any technical or legal deficiency and to accept any bid deemed to be in the best interest of the City. Gene Richards, Chairman Board of Airport Commissioners

4 BURLINGTON INTERNATIONAL AIRPORT PRE-BID INFORMATION TOTAL TERMINAL SQUARE FOOTAGE: 1ST FLOOR: 2ND FLOOR: 42,956 S.F. 40,180 S.F. NAT WEATHER SVC: 6,052 S.F. TSA AREAS: CARPET SQUARE FOOTAGE: BOTH FLOORS: 63,500 S.F. NAT WEATHER SVC: 2,715 S.F. MAINTENANCE SHOP: SERVICED AREA: 1,440 S.F. U.S. CUSTOMS OFFICES: APPROX SERVICED AREA: 4,000 S.F. FORMER FSS BUILDING SERVICED AREA: 3,340 S.F. CURRENT JANITORIAL SUPPLIES COST ANNUAL COST (2011): Approx. $ 64,400 annual

5 BID QUOTE FORM JANITORIAL SERVICE CONTRACT BURLINGTON INTERNATIONAL AIRPORT Name of Firm: Bid for Janitorial Service Contract: 1st Year 2nd Year 3rd Year Total Amount: $ Total Amount: $ Total Amount: $ Janitorial Supplies Expense Breakout: 1st Year Amount: $ 2nd Year Amount: $ 3rd Year Amount: $ Submitted by: Signature: Date:

6 REQUEST FOR PROPOSALS JANITORIAL SERVICES BURLINGTON INTERNATIONAL AIRPORT SECTION GENERAL INFORMATION 1.01 PROPOSALS REQUESTED - The City of Burlington, Vermont, and Burlington International Airport (Airport) hereby solicits proposals from interested and qualified proposers desiring to provide janitorial services at the Airport. It is the intent of the City to fully evaluate all bid proposals received from qualified proponents and select that proposal which is considered most satisfactory, and which best serves the public interest, for the provision of janitorial services at the Airport DEFINITIONS - The following terms and definitions will apply throughout this Request for Proposals. Airport Proposer(s) or Contractor(s) City Representative means Burlington International Airport located in the City of South Burlington, Vermont. Refers to person, persons or companies that are willing and/or able to provide and conduct the services described herein on property owned by the City as described in Section For the purposes of this document, City broadly describes the City of Burlington and Burlington International Airport, the entity that conducts this solicitation process, and owns the facilities described in Section 2.01 herein. Refers to the Airport s agent who holds responsibility for the dayto-day management and administration of the contract that will result from this RFP, and monitoring the services being provided.

7 SECTION DESCRIPTION, PROPOSAL, AGREEMENT 2.01 DESCRIPTION OF SERVICE AREAS AND FACILITY - Janitorial services are required in the public spaces of the terminal facility at 1200 Airport Drive in South Burlington, Vermont. This includes lobby, south concourse, north concourse, enclosed walkway and vestibules serving the parking structure, elevator lobbies, gate holding areas, administrative offices, corridors, toilet rooms, mezzanine and related facilities outlined later in this proposal. Further, janitorial services are required in the offices of the National Weather Service and Transportation Security Agency in the terminal building, in the Flight Service Station located adjacent to the terminal building, in the Airport Maintenance and U.S. Customs facilities located at the south end of the airport, and the restroom at the car washing facility located at the north end of the Airport PERIOD FOR PROVIDING SERVICES UNDER THIS REQUEST -The Airport requires that the services to be provided pursuant to this RFP will occur for a period of three years effective the date of signing of the Agreement. The term will start January 1, 2012 and continuing until January 1, 2015, unless sooner terminated pursuant to the contract resulting from this RFP. The services will be required 7 days week, 365 days per year on a regular schedule under the conditions and standards outlined in this RFP and as more particularly described in ATTACHMENTS B and C PROPOSAL_PACKAGE-Copies of this Request for Proposal Package may be obtained from the Vermont Bid System website or may be obtained by contacting Rick Brown at (802) or rbrown@btv.aero MANDATORY PRE-BID MEETING-A mandatory pre-bid meeting will be held at the Airport on Wednesday, October 16, 2011 at 10:00 AM. Proposers will have an opportunity at that time to inspect the airport facilities included in this proposal. Each proponent submitting a bid for this contract will be presumed to have inspected the areas to be serviced at the Airport and to have read and be thoroughly familiar with the terms of the Janitorial Agreement. The failure or omission of any proposer to make such examination and onsite inspection shall in no way relieve any Prosper from the obligation in respect to its proposal, nor shall it constitute grounds for a declaration by the Prosper that they did not understand the conditions with respect to its proposal submitted.

8 2.05 ITEMS TO BE PROPOSED BY PROPOSERS - The Proposal is divided into four components as follows: a. PROPOSAL FOR ROUTINE JANITORIAL SERVICES ON AN AGREED UPON SCHEDULE The Proposer must state the amount of money in currency of the United States of America for total cost of service to be provided by the Proposer for performing regular janitorial service on an agreed upon schedule. This will include a minimum of two persons on duty for all shifts, one of each gender (to specifically address restroom cleaning), 7 days a week, 365 days per year. Complete staffing and scheduling to accomplish all necessary services shall be further detailed in the proposers management plan (see section 2.05D). The Proposer must provide heavy duty carpet cleaning in the facilities to maintain a high level of appearance by performing services as needed. Carpet cleaning will occur during night hours to minimize interference with normal airport operations. Hours of operations and passenger traffic in the terminal vary and are highly depended on flight schedules and delays. Baggage claim is typically open until midnight or later and security screening and terminal gates open at 4:30 am. All carpets must be dry and open to traffic prior to passenger arrival. The cost of services would include all labor costs, including any benefits, overhead, profit, insurance, equipment, uniforms, training or other costs related to accomplishing the services to be provided. The dollar amount of bid is to be expressed as an annual figure. b. CLEANING SUPPLY NEEDS The Proposer must state the amount of money, in currency of the United States of America, that will be required for janitorial supplies as further described in this Request. (See Attachment D). It will be the responsibility of the contractor to order necessary janitorial supplies. The City will reimburse the Proposer for supplies based on periodic payment applications not to exceed the amount specified in the bid. The Airport has adopted an environmentally friendly purchasing policy for janitorial

9 supplies. Environmentally friendly products, including cleaners that are not part of the janitorial supplies portion of the contract, should be used where ever possible while still maintaining a high level of appearance. All janitorial products must be approved by the Airport before use. The dollar amount of bid is to be expressed as an annual figure. d. PROPOSER S MANAGEMENT PLAN The Proposer must provide, on a separate sheet of paper to be attached to the Proposal, a brief narrative description of the Proposer s plan to direct and monitor the work and performance of the employees who will be assigned to accomplish the janitorial service at the Airport. Also to be included will be the Proposer s plan to provide training, ensure safety and security of the site during the accomplishment of the janitorial responsibilities, and a list of equipment to perform the service. This plan will be a key component in the evaluation of bids received OTHER REQUIRED DATA - The precise format and content of the proposal is left to the discretion of each proponent. In order, however, to assure uniformity in the submissions, each proposal shall, at a minimum, provide a completed and include a copy of the City of Burlington s Pre- Qualification of Construction Contractors Application. See Attachment A SUBMISSION OF PROPOSAL - Proposals must be prepared, in the manner and detail specified in this Request, signed by an authorized official, enclosed in a sealed envelope or package, identified as follows. It must be mailed or delivered so as to be received by the Director of Aviation, Burlington International Airport, not later than 2:00 PM on Wednesday, November 30, a. COPIES REQUIRED. Two (2) complete copies of the proposal and all supporting documentation. b. IDENTIFICATION. Proposals shall be clearly marked as follows: Proposal for Airport Janitorial Services c. LOCATION. All completed proposals must be submitted to:

10 Burlington International Airport 1200 Airport Drive, #1 South Burlington, VT d. Faxed or ed proposals will not be considered. Proposals not properly labeled may not be considered valid OPENING OF PROPOSALS - All Bid proposals will be opened and publicly read in the Airport Conference Room #1, Second Floor Terminal Building, Burlington International Airport, at approximately 2:00 PM on Wednesday, November 30, Proposals may be withdrawn at any time prior to the time set for the receipt of proposals, provided notice of withdrawal is in writing and received by the Director of Aviation prior to 2:00 PM on Wednesday, November 30, Negligence on the part of a Proposer in preparing his proposal confers no right of withdrawal or modification of his proposal after the time for receipt of proposals RIGHT TO REJECT PROPOSALS -The Airport reserves the right to reject any or all proposals. This includes the right to re-advertise for proposals and if necessary; to waive minor irregularities and formalities. The Airport can reject the proposal of any Proposer in arrears or default upon any debt or contract to the City of Burlington or who has failed to faithfully perform any previous contract with the City of Burlington. This includes but not limited to such failures by corporations having directly or indirectly an interest in the proposer. The Airport retains the right to accept the proposal, which offers, in the Airport s sole judgment, the best janitorial service for the Airport. Proposals or modifications thereto received pursuant to this Request for Proposal subsequent to the above date and time will be returned to the proponent unopened. Submission of a Bid shall constitute a valid offer that may be accepted by the City for a period of sixty (60) days following the due date for submission of proposals.

11 2.10 EVALUATION OF PROPOSALS - The Airport and/or its representative will examine and evaluate each Proposal. A detailed and objective evaluation will be conducted, the sole intent of which will be to identify the Proposal that is most responsible and will, in the Airport s sole discretion, best serve the Airport and the public. Factors the Airport will consider in selecting a Proposer include, but are not necessarily limited to: a. Proposer s Proposal for providing the required services, including the cost of the various services to be provided. b. Proposer s Management Plan c. Proposer s capability to successfully undertake and complete the responsibilities and obligations of the Agreement for Providing Airport Janitorial Services The Airport may use evaluation criteria it feels is appropriate to the review process and the relative importance of these criteria will be determined at the sole discretion of Airport. No Proposer shall have any cause of action against the Airport / City of Burlington arising out of a failure to receive the business of providing airport janitorial services to the Airport, failure by airport to consider a Proposer s proposal, or the methods by which Airport evaluate proposals received. The selection of the prospective Proposer and the decision to engage in negotiations with that Proposer shall be at the sole discretion of Airport. The Airport reserves the right to: 1) accept the Proposal it deems most responsible and will, in the Airport s sole discretion, best serve the public; 2) reject any or all Proposals for an reason, and 3) waive any of the requirements of the Proposal procedures explained in this document. The Airport also reserves the right to retain all copies of Proposals submitted by Proposers DISQUALIFICATION OF PROPOSERS - Although not intended to be an exhaustive list of causes for disqualification, any one or more of the following, among others, may be considered sufficient for disqualification of a Proposer and the rejection of the proposal. a. Evidence of collusion among Proposers; b. Submitting a Proposal that is incomplete, obscure or which contains irregularities, inaccuracies, or misstatements;

12 c. Lack of expertise or resources necessary to successfully provide the janitorial services required by the Airport as revealed during review of the Proposal documents; d. Lack of responsibility as shown by past history, references, or other factors; e. Default or termination of other contracts or agreements with the City of Burlington; f. Other causes, as the Airport deems appropriate at the Airport s sole and absolute discretion DESCRIPTION OF AGREEMENT FOR PROVIDING AIRPORT JANITORIAL SERVICE - The Airport intends to enter into an Agreement for Providing Airport Janitorial Service with the selected Proposer whose Proposal, in the sole judgment of the Airport, is most responsible and will, in the Airport s sole discretion, best serve the public. A draft of the proposed agreement is attached hereto and made a part hereof as the Airport reserves the right to add, delete, or revise any section of said agreement for providing Airport Janitorial Services; and may include other provisions mutually agreed upon by the Airport and the Selected Proposer or required by law. SECTION SPECIAL CONDITIONS/INSTRUCTIONS TO PROPOSERS 3.01 AIRPORT CONTACT - Inquiries on all matters pertaining to this Request for Proposal or the process that the Airport is following to identify Proposers for this project to supply janitorial services should be directed to: Mr. Rick Brown Burlington International Airport 1200 Airport Drive, #1 Burlington, VT Telephone: (802) rbrown@btv.aero

13 Inquiries shall be limited to requests for Proposal Package, or questions related to clarification of the contents of providing Airport Cleaning Services Proposal package. Questions shall be in writing via , and will be responded to in writing via and distributed to all parties REVISED ANDIOR ADDITIONAL PROVISIONS The Airport reserves the right to add, delete, or revise any section of this Request for Proposals or any article or clause included in this Request for Proposals. In addition, the Airport further reserves the right to add, delete, or revise any section of the Agreement for Providing Airport Janitorial Services, and may include other provisions mutually agreed upon by Airport and Proposer or required by law SIGNATURE ON BID QUOTE FORM - An individual duly authorized to represent and lawfully act on behalf of the Proposer must date and sign, in ink, on the spaces provided for such signature at the end of the Bid Quote Form for providing Airport Janitorial Services. The legal name of the Proposer must be typed above the signature of the representative. If the Proposer is a corporation, the Proposal must be signed by an authorized officer(s), the title of the officer(s) signing the Proposal must be shown, and the corporate seal must be affixed to the Proposal form. All signatures must be notarized. If the Proposer is a partnership, the Proposal must be signed by an authorized general partner(s), using the term Member of Firm or Partner. Signature must be notarized. If the Proposal is an individual, the Proposal must be signed by and in the full name of the Proposal, using the term doing business as --(insert appropriate business name), or sole owner. Signature must be notarized RESPONSIBILITY FOR PROPOSAL - Each Proposer is responsible for carefully examining each and every one of the terms and conditions set forth in the INSTRUCTIONS TO PROPOSERS and Proposal for Providing Airport Janitorial Services. Each Proposer is responsible for making inspections of the site and/or otherwise judging for itself all the circumstances and conditions affecting the

14 Proposer s Proposal. Submission of a Proposal shall be conclusive evidence that the Proposal has made such examinations and investigations. Failure on the part of the Proposer to make such examination and to investigate fully and thoroughly shall not be grounds for any declaration that the Proposer did not understand the conditions of the Proposal PROPRIETARY DATA Reserved Livable Wage Bidders are advised that certain City contractors are required to comply with the City of Burlington s livable wage ordinance. The livable wage ordinance is applicable to contracts with the City of Burlington where amount of the contract or contracts total with the same person or entity exceeds $15,000 for any twelve-month period. For all new contracts effective after March 1, 2009, the livable wage for employees is as follows: Employees with health care benefits $14.21 hr. Employees without health care benefits $15.83 hr. An employee of a covered contractor must be paid the livable wage during the period of time he or she expends on furnishing services funded by the City. Covered employers must agree to the payment of the livable wage as a condition of entering into a covered service contract with the City. A covered employer who violates the livable wage ordinance may be barred from receiving a contract or grant from the City for a period of up to 2 years and may be subject to other civil enforcement remedies. Please see the City of Burlington Livable Wage Ordinance, available from the Burlington City Clerk s office for a more detailed description of its requirements.

15 3.07 EQUAL EMPLOYMENT OPPORTUNITY a. Compliance with Regulations The Proposer shall comply with regulations relative to nondiscrimination in Federally assisted programs of the Department of Transportation (hereinafter DOT ) Title 49 Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this proposed Agreement. b. Nondiscrimination The Proposer, with regard to the work to be performed by it during this proposed period of the Agreement, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of employees, subcontractors, or in the procurement of materials and equipment. The Proposer shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the proposed Agreement covers a program set forth in Appendix B of the Regulations. c. Information and Records The Proposer shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Airport or the Federal Aviation Administration to be pertinent to ascertain compliance with such Regulations, orders, and instruction. d. Sanctions for Noncompliance. In the event of the Proposer s noncompliance with the nondiscrimination provisions of the proposed agreement (of which this request for proposals is a part), the Airport shall impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: (1) Withholding of payments to the Proposer under the proposed Agreement until the Proposer or contractor complies and/or (2) Cancellation, termination, or suspension of the Agreement in whole or in part.

16 3.08 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM - The Burlington International Airport as a recipient of Federal Grants Administered by the Department of Transportation/Federal Aviation Administration has established goals for the active participation of minority and women owned businesses CONTRACTOR S SECURITY OBLIGATIONS - In accordance with FAA and Airport Directives, the contractor will be responsible for his/her personnel while they are employed on Airport Property. All personnel are responsible for observing the security requirements of Transportation Security Administration Regulation (TSAR) Part 1542, and the City s security rules and regulations. All personnel who will have unescorted access to any secure area of the airport must obtain a Burlington International Airport Secured Area ID badge which includes a 10 year fingerprint based criminal history records check and security threat assessment check. It will be the responsibility of the Contractor to assume all expenses in procuring the required security ID media. SECTION 4.00 SUMMARY 4.01 SCHEDULE OF EVENTS Date of Request for Proposals: Wednesday, November 9, 2011 Pre-Proposal Meeting Wednesday, November 16 at 10:00 AM Proposals Due: 2:00 PM on Wednesday, November 30, 2011 *Start of Cleaning Contract: January 1, 2012 or as mutually agreed * NOTE: The Airport will strive to compress the time between the Proposal opening and notification of successful Proposer to allow as much time as possible for the Proposer to hire train and initiate cleaning operations. Selection is subject to City purchasing policies.

17 DRAFT JANITORIAL AGREEMENT BURLINGTON INTERNATIONAL AIRPORT THIS AGREEMENT, is made and entered into as of this 1St day of 2012, by CITY OF BURLINGTON, VERMONT, being a duly and lawfully constituted Vermont Municipal corporation acting by and through Burlington International Airport (hereinafter, the Owner ), and, an individual/partnership! corporation in full compliance with all Vermont laws relating to the conduct of business in the State of Vermont (hereinafter referred to as the Contractor ): WITNESSETH: WHEREAS, the City owns and operates the Burlington International Airport located in South Burlington, Vermont, which airport any additions or improvements thereto or changes therein which the City hereafter makes or authorized are collectively called the Airport ; and WHEREAS, the City desires to contract for certain Janitorial Services at the Airport; and WHEREAS, Contractor is engaged in the business of providing Janitorial Services and was the Bidder selected to provide such services in accordance with the City s Request for Proposals dated, 2012; and WHEREAS, Contractor is desirous of contracting to provide Janitorial services at the Airport; NOW THEREFORE, in consideration of the mutual covenants and promises described herein and for the purposes stated herein the parties hereto mutually agree and covenant, one to the other, as follows: SECTION 1. SCOPE OF WORK 1.01 The Contractor shall be responsible for conducting Janitorial services as specified and in accordance with the requirements of the Request for Proposals and the Contractor s bid as outlined in

18 its submittal dated 2012 ( Contractor s Proposal ), which are incorporated into this Agreement as if set forth in full. In the event of a conflict between the terms of the Request for Proposal, and this Agreement, the terms of this Agreement shall govern. SECTION 2. REPRESENTATIONS 2.01 The Contractor acknowledges that the Contractor has inspected the terminal and other facilities to be serviced by this Agreement, and shall furnish all necessary labor, material, equipment and conduct Janitorial services as required, as described in the bid documents and is not relying upon any warranty, statement or representation, express or implied, made by or for the City as to the nature of the services required and the extent of services that may be necessary to accomplish the required cleaning of the Airport facilities. SECTION 3. TERM 3.01 The term of this Agreement shall be for a period of thirty six months (36) commencing on the 1st day of January and terminating on January 1, 2014, unless sooner terminated as hereinafter provided. SECTION 4. SERVICES FURNISHED BY CONTRACTOR 4.01 Subject to the provisions of SECTION 6, the Contractor shall provide all labor, equipment, supplies, supervision, tools, and materials for the furnishing of Janitorial services for the Airport s Terminal Building consisting of the lobby, baggage claim area, mezzanine, two second level skywalks to parking structure, the North Concourse including all passenger waiting areas and screening area, the South Concourse area including screening and waiting area, stairs and towers, administrative offices, public and employee restrooms, elevators and escalators in the terminal and parking structure, National Weather Service offices and work area, Transportation Security Agency offices and work areas in the terminal building, in the Flight Service Station areas located adjacent to the terminal building, in the Airport Maintenance and U.S. Customs facilities located at the south end of the airport, and the restroom at the car washing facility and those areas more specifically outlined in Attachment B and shown on Exhibits A & B, attached hereto and made a part hereof. Contractor shall perform

19 all work in the most professional manner with the highest standard of workmanship and in accordance with the conditions set forth in this Agreement. SECTION 5. COMPENSATION 5.01 The sums paid to Contractor by City under this Article and pursuant to this Agreement shall constitute full compensation for all expenses incurred by Contractor in connection with the services rendered hereunder including but not limited to FICA taxes, Federal and State unemployment taxes, supplies and equipment, the general cost of doing business, and Contractor s profit The per annum sums to be charged by Contractor, payable in equal monthly installments, and paid by the City shall be as follows: FOR THE ENTIRE CONTRACT Amount Expressed Amount Expressed Contract Year In Figures In Words First: $ Second: $ Third: $

20 5.03 Contractor shall make monthly application for payment of services rendered and paper products purchased on forms approved by City. All applications must include appropriate detail to support the cost of the requested payment. City shall process the application and make payment to contractor within 30 days of receipt of each monthly application Contractor shall not receive any additional compensation for extraordinary services unless such services are authorized in writing by the City prior to the performance of the services. Any substantive change to the square footage included under terms of this Agreement shall require negotiation of costs associated with the change. SECTION 6. SUPPLIES AND EOUIPMENT 6.01 Contractor will furnish without cost to the City janitorial supplies and equipment for accomplishment of all work. Equipment furnished by Contractor shall be a type and size suitable to accomplish all work set forth in this Agreement. All electrical equipment used shall operate from existing sources of electrical power supplied by the Airport. Contractor shall upon request submit a list of all equipment to be used including serial numbers and manufacture year. It will be the responsibility of the Contractor to maintain the equipment in the best working condition Contractor will be responsible for ordering all supplies necessary for fulfilling the work set forth in this Agreement, including but not limited to the following: 1. Hand soap for hand soap dispensers 2. Paper for paper dispensers in restrooms 3. Trash can liners for trash cans The above supplies will be of a quality and type consistent with that currently used and more specifically as described on Attachment D. All supplies will be subject to approval by the Airport Director of Aviation.

21 6.03. The City shall be responsible for reimbursing the Contractor for the cost of only the supplies as referenced in SECTION 6.02 of this Agreement, and ordered by the Contractor, as follows: 1. Cost to the City shall be the actual product cost to the Contractor and shall not include any markup or other upward adjustment. 2. Contractor will make periodic applications for reimbursement for the cost of supplies ordered hereunder. Contractor will also submit with the applications, copies of all invoices or other documentation justifying the request for reimbursement. 3. Payments made as reimbursement for supplies shall be in addition to payments made as compensation for Contractor services as provided for in SECTION 5 of this Agreement. 4. The City s obligation to reimburse the Contractor for supplies shall not exceed the bid amount per year. Contractor shall be responsible for the cost of any supplies which exceed this bid amount per year. 5. As it relates to feminine sanitary supplies, the City will not reimburse the contractor for these supplies. The Contractor will recoup its cost for sanitary supplies through vending income received from the sale of said products. SECTION 7. USE OF AIRPORT FACILITIES 7.01 The City shall provide a storage area at the Airport for the Contractor to store equipment, materials and supplies which Contractor wishes to keep on the job. Contractor will be responsible for the cleanliness of this area and all slop sinks The City will not be responsible for damage to Contractor s supplies, material or equipment, nor employees personal belongings occasioned by fire, theft, accident, or otherwise.

22 7.03 A door lock or a padlock approved by the Director of Aviation of the Airport may be permitted to protect the Contractor s property, provided a key to such locks is furnished to Airport Operations. The City and its authorized offices, employees, agents, contractor, sub-contractors and other representatives shall have the right at all times to enter and inspect the area utilized by the Contractor Contractor, at its own expense, shall observe and comply with any and all present and future requirements of the constituted public authority and with all federal, state or local statutes, ordinances, regulations, standards, conditions, and agreements regarding generation, storage, disposal, removal, transportation or treatment of hazardous substances. SECTION 8. CONTRACTOR PERSONNEL 8.01 Employees of the Contractor will not be permitted in any secure area of the Airport without escort or properly issued Airport security ID media Each employee, before working in a sterile area, must undergo a fingerprint-based criminal history records check (CHRC) in accordance with CFR and a security threat assessment (STA) Airport management will reserve the right of approval on each employee All employees of the Contractor will wear an Airport ID badge at all times while at work. The cost of the badge will be the responsibility of the Contractor Airport Operations will provide all ID badges, following payment by Contractor, and keys needed for the job. Under no circumstances will the Contractor duplicate any airport keys without the specific written approval of the Airport Director of Operations All Contractor personnel will he required to wear appropriate uniforms provided by the Contractor and approved by the Airport, at its own expense.

23 SECTION 9. SUPERVISION AND PERSONNEL 9.01 Contractor shall employ a sufficient number of persons to enable Contractor to maintain the Airport in a safe, clean, orderly and inviting condition, and work shall be performed seven days a week for such hours and/or shifts as may be required to complete all work in accordance with the terms of this Agreement. It is expressly understood that, in addition to nightly cleaning crews, Contractor will be required to provide full-time coverage, as a minimum, with 1 male and 1 female janitorial person seven days a week, year round, to maintain restrooms, offices, gate areas, the main lobby, the mezzanine and the skywalks to the parking structure The operations of Contractor s employees shall at all times be under the supervision and direction of an active, qualified, competent manager who shall at all times be subject to the direction and control of the Contractor The operations of the Contractor and its employees shall be conducted in an orderly and proper manner so as not to annoy, disturb or be offensive to others. All employees of Contractor must conduct themselves at all times in a courteous manner toward the public and in accordance with the rules and regulations of the Airport. Contractor agrees to dispense with the services of an employee whose conduct the Owner, in its sole discretion, finds, with valid cause, to be detrimental to the best interests of the Airport All employees must be provided with proper training and equipment for the handling of hazardous substances including but not limited to cleaning products, bodily fluids, wastes, or other potentially dangerous substances and materials. SECTION 10. LOST AND FOUND All unclaimed articles found in or about the terminal area by the Contractor s employees shall be immediately turned over to the Airport Police.

24 SECTION 11. INSURANCE AND INDEMNIFICATION The Contractor must provide the City with Certificates of Insurance in the following types and amounts: 1. Workers Compensation as required by law 2. Comprehensive General Liability with combined single limit for bodily injury or property damage of One Million Dollars ($1,000,000.00) 3. Any other insurance as may be required by law 4. Contractors s employees must be bonded for a minimum of One Hundred Thousand Dollars ($100,000.00) against theft of property belonging to the City, Airport or any concessionaire or tenant Contractor further agrees that with respect to the above-required insurances, the City shall: a. Be named as additional insured/or an insured, as its interest may appear, however, City shall have no liability for any premiums charged for such coverage, and the inclusion of City as an insured is not intended to and shall not, make the City a partner of joint venture with Contractor in its operations at the Airport. b. Be provided with a waiver of subrogation. c. Be provided with a forty-five (45) day advance notice, in writing, of cancellation of material change. d. Be provided with Certificates of Insurance evidencing the aboverequired insurances, prior to the commencement of this Agreement and every six months thereafter. Said notices and certificates of insurance shall be provided to the Director of Aviation. The City shall have the right to examine the required insurance policies upon reasonable notice to Contractor If the City determines that it is desirable for Contractor to maintain insurance with coverage limits higher than the foregoing limits, within thirty (30) days after the City s request therefore,

25 Contractor shall procure and maintain insurance policies whose limits are not less than those required by the City; provided, however that such determination by the City shall be made in good faith Contractor covenants and agrees to indemnify and hold harmless the Board of Airport Commissioners of the City of Burlington, its members, officers, agents and employees, their successors and assigns, and the City of Burlington, its officers, agents and employees, their successors and assigns, individually or collectively, from and against all liability for any fines, claims, suits, liens, demands, actions or causes of action of any kind and nature for personal injury, death or property loss or damage in any way arising out of or resulting from any activity or operation of Contractor on the Airport and not resulting from the willful or negligent act or omission of the City, its officers, agents or employees and the Contractor further agrees to pay all expenses in defending against any such claims made against City. SECTION 12. SUBCONTRACTORS The Director of Aviation reserves the right to remove any unsuitable subcontractor. SECTION 13. NONDISCRIMINATION The contractor must assure that it will undertake an affirmative action program as required by 14 CFR Part 152, Subpart E, to insure that no person shall on the grounds of race, creed, color, national origin, or sex be excluded from participation in any employment activities covered in 14 CFR Part 152, Subpart E. The Contractor must assure that no person shall be excluded on these grounds for participation in or receiving the services or benefits of any program or activity covered by this Subpart. The Contractor must assure that it will require that its covered organizations provide assurances to the City that they similarly will undertake affirmative action programs and that they will require assurances from their sub-organizations, as required by 14 CFR Part 152, Subpart E, to the same effect.

26 SECTION 14. TERMINATION This Agreement may be terminated (in full or in part) by City upon thirty (30) days written notice to the Contractor and City shall pay contractor for work done prior to termination. SECTION 15. SECURITY AREAS The Air Passenger Screening Areas are restricted while security screening is in progress. The Contractor is responsible for securing all areas unlocked for the purpose of cleaning. SECTION 16. STANDARDS AND SERVICES The work performed by Contractor shall be done in the most professional manner with the highest standard of workmanship. At a minimum, the work performed by Contractor shall comply with the standards and services set out in Attachment A, attached hereto and made a part hereof, and the schedules for services set forth in Attachment B, attached hereto and made a part hereof. SECTION 17. GENERAL PROVISIONS Any notice or other communication from either party to the other pursuant to this Agreement shall be deemed sufficiently given or communicated if sent by registered mail, with proper postage and registration fees prepaid, addressed to the party for whom intended, at the following address: For City: Director of Aviation Burlington International Airport 1200 Airport Drive, #1 South Burlington, Vermont For Contractor:

27 or to such other address as the party to be given such notice shall from time to time designate to the other by notice given in accordance herewith The term City as used in this Agreement means the Board of Airport Commissioners of the City of Burlington and the City of Burlington, and where this Agreement speaks of approval and consent by the City, such approval is understood to be manifested by act of the Director of Aviation, except as otherwise expressly stated in this Agreement A waiver by City of any default by contractor in the performance of any of the conditions or terms of this Agreement shall not be deemed a waiver of any right on the part of City to terminate this Agreement This Agreement shall not be varied in its terms by any oral agreement or representation, or otherwise than by an instrument in writing of subsequent date hereto executed by both parties It is expressly understood and agreed that the personnel used or supplied by the Contractor pursuant to this Agreement, shall be and remain the employees and/or agents of the contractor, and under no circumstances are such personnel to be considered or held to be employees and/or agents of the City. As to such personnel, the Contractor shall have the sole responsibility for supervision and control, withholding income taxes, social security, disability benefits, etc. It is further expressly understood and agreed that Contractor is an independent contractor and under no circumstances shall be considered or held to be an employee and/or agent of the City Airport Terminal and Terminals shall mean those structures at the Airport, identified as such and includes the existing terminal building and those

28 associated buildings or portions of buildings now or hereafter constructed or acquired. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed by themselves or by their respective officer or representative there unto duly authorized, the day and year first above written. City of Burlington Burlington International Airport Witness: Director of Aviation (Contractor): Witness: (Title):

29 BTV Badge Process as of TO BEGIN THE SECURITY THREAT ASSESSMENT PROCESS 1. Complete BTV ID Media Application in full. Make sure your signatory authority completes Section III. 2. Bring your completed BTV ID Media Application to Airport Operations with the approved forms of ID listed on page 4 of the application. 3. There is a one time fee of $11.00 for each Security Threat Assessment. TO BEGIN THE FINGERPRINT PROCESS 1. Complete the Fingerprint Application and deliver to Airport Operations. Bring your approved forms of ID listed on page 4 of the BTV ID Media Application if you haven t already done so for the Security Threat Assessment. 2. Make an appointment for fingerprinting with the Chittenden County Sheriff s Office at The Sheriff will charge $25.00 payable by cash or check for the first fingerprint card and, if needed, $5.00 for each additional fingerprint card. The Sheriff will deliver the cards to Kelly Colling in Airport Operations. 3. You can use another agency for fingerprinting but you must first obtain a fingerprint card from Airport Operations. To maintain the chain of custody the agency must hand deliver or Fed Ex the fingerprint card directly to Kelly Colling in Airport Operations. 4. Pay the fingerprint-processing fee of $29.00 per card and the Fed Ex fee of $16.00 per Fed Ex envelope payable check only to the Burlington International Airport. Payments are accepted in the Administration Office. You may pay this fee at anytime before being fingerprinted but it MUST be paid within 72 hours of when Airport Operations receives the card from the fingerprinting agency. (Example: The Sheriff brings Airport Operations 4 fingerprint cards from your company. You would pay $29.00 x 4 plus $16.00.) If you give Airport Operations your company s Fed Ex number to use then the Fed Ex fee is waived. 5. Airport Operations will Fed Ex the card to the processing center and notify you when the results are returned. Badges must be issued within 30 days of receiving results or the applicant will need to be re-processed. TESTS/TRAINING 1. Every applicant must attend the Security and Driving Class before they can be issued a badge. Classes are held each Wednesday at 0830 in the terminal building. Space is limited so you must sign up in advance by calling or ing Kelly Colling. 2. The person that signs the badge applications for your company must complete yearly Signatory Authority Training administered by Airport Operations.

30 BADGES/RENEWALS 1. Every badge costs $15 payable by check to the Burlington International Airport. You may pay for your badge when you pay the fingerprint processing fee. Please save your receipt. If you were not charged the $11 Security Threat Assessment fee for your initial badge you will be charged for it at this time. 2. You must bring your approved form(s) of ID as listed on Page 4 of the badge application when you come to Airport Operations to be issued your badge.

31 ATTACHMENT A Prequalification

32 City of Burlington Pre-Qualification of Construction Contractors Application Date Received: Date Checked: Available for Electronic Mailing

33 Pre-Qualification of Construction Contractors Application This is an application for pre-qualification of construction contractors for the City of Burlington under Chapter 21 of the Code of Ordinances. The purpose of the application is to solicit information necessary to determine whether a contractor applying for work on a government funded project is a responsible contractor. 1. Policy It is the policy of the City of Burlington to let contracts for city construction projects only to contractors and subcontractors that demonstrate that they are responsible contractors. 2. Responsible Contractor Responsible contractors are those contractors and subcontractors who have demonstrated to the city that they are financially responsible, have experience suggesting that they have the ability to perform government projects responsibly, have demonstrated that they are responsible employers, and have demonstrated that they have fair subcontractor relations, or that they perform all work with their own forces. 3. Minimum Contract Amount This pre-qualification requirement applies to any construction contract by a department, board or council of the City, or those construction projects financed by tax exempt bonds issued by the Burlington Community Development Corporation, in which the total project cost is $100,000 or more. 4. Contracting Authority This application is to be delivered to the contracting authority under the schedule determined by that authority as part of the bidding process. The contracting authority is the department, board or council, agency, or entity that is sponsoring the contract on behalf of a government funded project. 5. Proprietary Information All information submitted by contractors and subcontractors in connection with a prequalification application shall be considered proprietary information. The City shall not release the information except as may be required by the Access to Public Records Law, or by court order. 6. Subcontract Work The pre-qualification requirement does not apply to subcontractors where the total value of the work to be performed is less than $7,500. PREQUALIFICATION OF CONSTRUCTION CONTRACTORS APPLICATION REVISED MAY 11,

34 Instructions for Filing the Questionnaire, Financial Statement and Other General Information For Contractors 1. Preparation of Statement: One copy of the questionnaire is required by the City. It must be completely executed and properly sworn to before a Notary Public. Financial Statements which are compiled, reviewed, or fully-audited must be prepared and certified by an Independent Certified Public Accountant (CPA). A Certified Public Accountant is considered on who, in Vermont, is registered by the State of Vermont Board of Public Accountancy as a CPA. For other states, the City will consider a CPA whose registration qualifications in their state equal those established in Vermont. This questionnaire must be submitted at least five (5) working days before the date of opening bids in order to ensure consideration for pre-qualification for a particular bid opening. 2. Notification of Action Taken: The City will send in writing to the applicant a notification of its decision. Questionnaires will be considered in the order received and acted upon at all times as promptly as circumstances permit. Contractors duly pre-qualified will be appraised in writing of both the amount and type of work on which they will be eligible to bid. 3. Duration of Pre-Qualification: The duration of any pre-qualification will not exceed one (1) year and will expire annually three (3) months subsequent to the closing date of the contractors fiscal year, as evidenced in their financial statement. 4. Revision of Pre-Qualification Rating: Requests for revision of pre-qualification rating will be considered at any time provided credentials showing increased assets, equipment or ability to perform work are submitted. These must be submitted at least five (5) working days prior to a bid opening to receive consideration for that bid opening. Contractors shall also report any substantial increase in liabilities that occurs during the prequalification period. 5. Request for Plans, Specifications and Proposal Form: Contractors having been duly pre-qualified will receive notices from time to time inviting submission of proposals for the contracts to be let on specified dates. A Contractor desiring to receive plans, proposal and specifications for any contract may obtain them upon written request only, utilizing the special form entitled A Standard Form B Request for Proposal and/or Plans. This form is furnished to all pre-qualified contractors by the City and this form must show the status of all work under contract or otherwise executed by the Contractor, both inside and outside the State of Vermont, as of the date of request. PREQUALIFICATION OF CONSTRUCTION CONTRACTORS APPLICATION REVISED MAY 11,

35 PRE-QUALIFICATION OF CONSTRUCTION CONTRACTORS APPLICATION Submitted by Corporation Partnership Individual Other Mailing Address Location Address Telephone Number Federal ID Number The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories hereinafter made. Authorized Signature Date Experience Questionnaire How many years has your organization been in business as a general contractor under your resent business name? Under other names? (List) How many years experience in construction work has your organization had, (a) As a general Contractor, (b) As a Sub-Contractor: PREQUALIFICATION OF CONSTRUCTION CONTRACTORS APPLICATION REVISED MAY 11,

36 Has your organization, or any officer, partner, director or principal individual thereof ever admitted to or been convicted of any criminal violation, including but not limited to discrimination, anti-trust or labor violations, other than traffic offences; or been convicted of or is currently being sued for any civil antitrust violation or other civil suit involving fraud; or been debarred from performing work on any contract? If so, give full details, including the name of any individual involved and the court and docket number of any civil or criminal actions: Date of reinstatement 2. Is your organization currently debarred from performing work on any contract? YES / NO If yes, by whom? Date of reinstatement: 3. Has your organization ever been denied pre-qualification? YES / NO If so, by whom and for what reason? 4. Have you ever failed to complete any work awarded to you? YES / NO If so, where and why? 5. Has any officer, director or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract? YES / NO If so, state the name of individual, other organization and reason therefore: PREQUALIFICATION OF CONSTRUCTION CONTRACTORS APPLICATION REVISED MAY 11,

37 6. Has any officer, director or partner of your organization ever failed to complete a construction contract handled in his own name? YES / NO If so, state name of individual, name of owner and reason therefore: YES / NO 7. Has the organization been cited in the past three (3) years for violations of OSHA? If so, please explain: YES / NO 8. Has the organization currently any outstanding legal action against it by a subcontractor on a current or former job? YES / NO If so, please explain: 9. List all parents, subsidiaries, affiliates or divisions of your firm, and any related parties included in disclosures in your most recent financial statements or the notes thereto: 10. List any of your officers, shareholders or directors that are affiliated with any other contractor and/or supplier: 11. Identify all persons having final bidding authority and/or the Chief Estimator: 12. Give names and complete addresses of three (3) major material suppliers and/or subcontractors with whom your firm has done business in the past 3 years: PREQUALIFICATION OF CONSTRUCTION CONTRACTORS APPLICATION REVISED MAY 11,

38 13. List the names and addresses of the following: Bank: Amount of Letter of Credit: Bonding Co. and limit (Please specify per project and aggregate limits Bonding Agent: Liability Insurance: Name of Carrier: Limits of Liability: Worker's Compensation: Name of Carrier: 14. Does the organization have a company safety program, such as, YES / NO a currently approved VOSHA plan in place? If so, briefly describe: 15. List the average wages and benefits paid by the organization over the past year for the skills, trades and job classifications intended to be employed for the contract (s) under consideration in this pre-qualification: PREQUALIFICATION OF CONSTRUCTION CONTRACTORS APPLICATION REVISED MAY 11,

39 Job Title Hourly wages Benefits CARPENTER ELECTRICIAN PAINTERS PIPEFITTERS PLUMBERS ROOFERS POWER EQUIPMENT OPERATORS TRUCKER DRIVERS LABORERS OTHERS PREQUALIFICATION OF CONSTRUCTION CONTRACTORS APPLICATION REVISED MAY 11,

40 16. List specific projects which your organization has completed in the last five years (Attach additional sheet if required): Contract Type of % of When Name, Address and Amount Work Subcontract Completed Location Telephone of Owner 17. List all field supervisory personnel and indicate their construction experience: Present No. of Years Position With this Construction Magnitude and In what Name or Office Firm Experience Type of Work Capacity PREQUALIFICATION OF CONSTRUCTION CONTRACTORS APPLICATION REVISED MAY 11,

41 18. Is your firm pre-qualified by the State of Vermont? YES / NO If so, please state rating and type of work qualified to perform: RATING TYPE OF WORK Experience and Work Preference In the following tabulation indicate the various types of work in which you are experienced and for which you desire to be qualified: Bridge Construction Bridge Rehabilitation Railroad Signals Roads Culverts Building Construction Building Demolition Surface Rehabilitation Maintenance Tank Removal/Replacement Foundation Guard Rail, Fencing & Signs Hazardous Material Removal Construction & Landscaping Rehabilitation Pavement Markings Traffic Signals & Lighting Water & Sewer Road Construction Other (as specified) 19. Financial Capability. The City reserves the right to request additional information if necessary to establish financial capability. PREQUALIFICATION OF CONSTRUCTION CONTRACTORS APPLICATION REVISED MAY 11,

42 ATTACHMENT B Standards and Services

43 ATTACHMENT B BURLINGTON INTERNATIONAL AIRPORT REQUEST FOR PROPOSALS CUSTODIAL SERVICES NOTE: The following is only a general guideline. The appearance of the facilities must be maintained at a high level by performing services as needed. A. Standards Standards and Services Dusting - A properly dusted surface is free of all dirt and dust, dust streaks, lint and cobwebs. Plumbing Fixtures and Dispenser Cleaning - Plumbing fixtures and dispensers are clean when free of all deposits and stains so that item is left without dust streaks, film, odor, or stains. Sweeping - A properly swept floor is free of all dirt, dust, grit, lint, and debris except imbedded dirt or grit. Spot Cleaning - A surface adequately spot cleaned is free of all stains, deposits, and is substantially free of cleaning marks. Damp Mopping - A satisfactorily damp mopped floor is without dirt and dust, marks, film, streaks, debris, and standing water.

44 ATTACHMENT B Metal Cleaning - When cleaned, all surfaces are without streaks, deposits or tarnish, and with a uniformly bright appearance. Cleaner is removed from adjacent surfaces. Glass Cleaning - Glass is clean when all accessible glass surfaces are without streaks, film deposits, and stains and has a uniformly bright appearance and adjacent surfaces have been wiped clean. Finish Removal - Finish removal is accomplished when surfaces have all finish removed clown to the floor material, floor is left free of all dirt, stains, deposits, debris, cleaning solution, and standing water, and the floor has a uniform appearance when dry. Plain water rinse and pickup must follow wax removal operation immediately. Tile Cleaning - The lobby of the terminal is constructed of Porcelain Tile. Attachment C contains an abstract of the manufacturer's recommendations concerning tile maintenance and cleaning is considered satisfactory when manufacturer's recommendations are followed and surfaces are uniform in cleanliness and appearance. Scrubbing - Scrubbing is satisfactorily performed when all surfaces are without imbedded dirt, cleaning solution, film, debris, stains, marks, and standing water in all areas and floor has uniformly clean appearance. A plain water rinse must follow the scrubbing process immediately.

45 ATTACHMENT B Light Fixture Cleaning - Light fixtures are clean when all components, including bulbs and tubes are without insects, dirt, lint, film, and streaks. All articles removed must be replaced immediately. Buffing of Finished Surfaces - Finished surfaces shall be buffed sufficiently to obtain maximum gloss, and ensure a non-slippery surface with a uniform appearance free of surface dirt. Baseboard Cleaning - After cleaning, the surfaces of all baseboards (wood, resilient, ceramic) will have a uniformly clean appearance, free from dirt, stains, streaks, and cleaning marks. Upholstery Cleaning - Surfaces shall be free of dirt, dust, stains, cleaning solutions, streaks and debris. B. Services - The following services shall be performed to comply with the herein before specified standards: NOTE: The following is only a general guideline. The appearance of the facilities must be maintained at a high level by performing services as needed.

46 ATTACHMENT B Cleaning Restrooms - This work includes cleaning all plumbing fixtures, lavatories, toilet bowls, dispensers, wainscots, doors, heaters, stall partitions, and deodorizers/sanitizers as needed. Scouring powder may be used on plumbing fixtures or may be used for water closets and urinals if required as may be included as recommended cleaning techniques by the plumbing fixture manufacturer. All stains or spots shall be removed from wainscots, stall partitions, and other scratch prone surfaces using a damp cloth with detergent. Floors shall be dry-swept and damp mopped as required by usage and daily cleaning with germicide. Stock, refill, and maintain feminine sanitary supply machines. Cleaning Slop Sinks, Vending Machines and Drinking Fountains - All items will be cleaned using detergent or scouring powder if required. Cabinets of water chillers shall be wiped clean with a damp cloth. Stainless steel parts must be free of streaks, deposits, or tarnish and have a uniformly bright appearance. Sweeping - All tile, wood, or concrete floors, stairways, landings, and stoops shall be swept with broom or mop or mechanical brush-vacuum without damage or disfigurement of furniture, doors, or base trim. Use of approved sweeping compound optional. Oil treated mops shall not be used. Dust, dirt, and debris shall be removed to receptacles provided for this purpose on the building exterior. Reset furniture upon completion of sweeping.

47 ATTACHMENT B Vacuuming and Shampooing of Carpets - Carpets shall be vacuumed with upright or power brush cleaners and the dirt, dust and debris removed to receptacles on the exterior. Spots shall be removed from rugs and carpet as they occur. Furniture will be vacuumed and dirt, dust and debris removed to receptacles on the building exterior. Carpets shall be shampooed using an approved method. Detergents shall have a neutral ph solution. Alkaline solutions shall not be used. A carpet adequately cleaned will be free from stains and deposits. Damp-mopping Floors - Damp mop all resilient tile floors, terrazzo, quarry tile, ceramic tile, and concrete floors, including stairs and landings, using cotton or sponge mops, appropriate stain removal agents, water and detergent, if required, using as small amount of water as possible. Follow with clean water rinse and pickup again using as small amount of water as possible. Where floor drain exists, water will be added periodically to prevent traps from becoming dry. Floor Scrubbing - Scrub floors by use of deck brush cylindrical or disc type machine or automatic machine scrubber and detergent solution using as small amount of water as possible followed by plain water rinse and pickup. All scrubbing must be done in accordance with manufacturer's recommendations concerning cleaning of floor surfaces. Attachment D includes recommendations concerning care and maintenance of porcelain tile surfaces. This scrubbing will be followed by the application of a floor finish system applied in accordance with the manufacturer's specification. Baseboards shall be thoroughly cleaned after buffing.

48 Finish Removal - Removal or stripping of all finish down to the flooring material, using compound specifically prepared for this purpose, with steel wool or brush agitation as required, followed by rinsing with plain water to remove all finish material, solution, dirt and film from baseboard edge to baseboard edge. Floor Finishing - All floor finishes (i.e., carnauba, ouricuri, polymeric) will be compatible with floors on which applied in accordance with the manufacturer's recommendations. Floor Touch-Up - Application of finish material and buffing in heavy traffic areas between primary refinishing as required. Buffing - All finished and terrazzo floors shall be buffed periodically to remove traffic marks, heavy soils, etc., to be followed by sweeping, vacuuming, or dust mopping to pick up loose residue. Energy Conservation - Contractor personnel are to be instructed on energy conservation measured such as: a. Keeping lighting down to a minimum by concentrating their work to one area. b. Lights will be turned off when not in use

49 ATTACHMENT B Dusting Horizontal Surfaces Other than Furniture Fixtures & Equipment -Dust with treated dust cloth or vacuum all horizontal surfaces of window, window ledges, radiators, stair rails, balusters, baseboards, and other horizontal surfaces. Glass Cleaning - Clean all mirrors, glass cases, interior glass, and glass at building entrances using plain water or cleaning solution prepared for the purpose. Adjacent trim shall be wiped clean with a damp cloth. Scouring powder shall not be used. Metal Cleaning and Polishing - Hardware, cigarette urns, bars on doors, handrails, kick plates, and all other bright work shall be polished using approved polishing compound. Dusting Interior Walls and Ceilings - Beginning at the highest point, dust shall be first removed from all surfaces and exposed overhead pipes and equipment with untreated dusters or by vacuuming. Cobwebs shall be removed with an upward stroke to avoid streaking.

50 ATTACHMENT B Cleaning Doors & Trim - Clean doors and adjacent trim not otherwise cleaned. Cleaning Light Fixtures - Dust all accessible components of light fixtures, including bulbs, and tubes with a cloth or yard duster. On a rotation basis, each fixture shall be washed not less than once per year. Empty Waste Receptacles - Empty all waste receptacles located in corridors and other areas specifically noted and remove trash from building and deposit in collection facilities provided for this purpose. Recycling Containers - Empty recycling containers located in public areas of terminal building, in the Airport Administration Office, and other contractual areas and remove contents to recycling unit located outside South end of terminal building. Washing Waste Receptacles - Wash all waste receptacles to keep in sanitary condition. Washing shall be accomplished with brush and detergent solution. Use of cleaning agents harmful to paint or receptacle material will not be permitted. Receptacles will be left free of deposits, dirt, and streaks. Cleaning and Polishing Furniture - Wood and finished metal surfaces shall receive furniture polish with rubbing as necessary for cleaning, followed by polishing with a clean, dry cloth or electric buffer. Leather and cloth coverings shall be thoroughly cleaned with an approved method to obtain a clean, uniform appearance, free of deposits, streaks or film. All spillage shall be wiped clean with a damp cloth. Mat Cleaning - Daily, remove mats at entrances and remove all dirt and dust deposits underneath. Clean mats and replace in proper location.

51 ATTACHMENT C Standards and Services

52 ATTACHMENT C SCHEDULE OF SERVICES BURLINGTON INTERNATIONAL AIRPORT NOTE: The following is only a general guideline. The appearance of the facilities must be maintained at a high level by performing services as needed. TERMINAL BUILDING Minimum Daily or as needed Work 7 Days per Week REST ROOMS (Multiple Times Per Day) Waste Containers Fixtures Urinals/Basins Floors Walls & Partitions Dispensers Empty & Clean Wash Wash & Disinfect Mop/Disinfect/Rinse Spot Clean Fill & Clean OFFICES, CONFERENCE ROOMS, AND HALLWAYS Recycle Containers Waste Containers Carpet Floors Walls Doors & Hardware Desktops, Bookshelves, Counters Copiers, Printers, Work Stations Empty & Clean Empty & Clean Vacuum, Handpick, Spot Clean Dust mop, Damp mop Spot Clean Clean Dust & Clean Dust

53 ENTRANCE VESTIBULES Glass Mats Floor Door Tracks Ceilings Horizontal Surfaces Light Fixtures Spot Clean Clean and Vacuum Clean Vacuum Dust Dust and Clean as Needed Dust OTHER PUBLIC AREAS: Lobby, Baggage Claim, Mezzanine, Stairs, Observation Tower, Passenger Holding Areas, North and South Concourses, Skywalks to Parking Structure and Parking Structures Walls - Wallpaper, painted Floors - Porcelain Tile Carpet Spot Clean See Cleaning Instructions Vacuum, Spot Clean See Cleaning Schedule Recycle Containers Waste Containers Smoking Urns Stairs - Carpeted Empty & Clean Empty & Clean Empty, Clean Vacuum, Spot Clean - Concrete Sweep & Clean Mats Counters Glass Fixtures Wainscoting Vacuum & Clean Clean & Dust Spot Clean Spot Clean & Dust Spot Clean

54 Molding, Sills, Mullions Water Fountains Escalators Spot Clean, Dust Clean and Polish Clean, Polish Stainless, Clean Grates Elevators Clean, Vacuum Door Tracks, Polish Stainless Steel, Vacuum HVAC Grates Directional Signage Public Furniture Clean Spot Clean Dust, Spot Clean ALL OTHER AREAS: Waste Containers Interior Glass Empty & Clean Clean Baseboards, sills, ledges mullions, etc. Dust & Clean Furniture Public Walls Wallpaper Dust, Polish, & Spot Clean Clean - Painted Clean Directional Signage Public Waiting Booth Escalators Wainscoting Rest Rooms Waste Containers & Smoking Urns Recycle Containers Dust & Clean Sweep, Mop, Vacuum, Trash Removal, Clean Horizontal Surfaces and Glass Clean Stair Treads Vacuum Wash with Disinfectant Cleaner Wash with Disinfectant Cleaner Wash with Disinfectant Cleaner

55 Light Fixtures Clean & Dust Air Vents and Surrounding Surfaces Clean TERMINAL CANOPY WALKWAYS & GROUND TRANSPORTATION CANOPY WALKWAYS Daily or as needed Waste Containers & Smoking Urns Sidewalks Empty, Clean as Needed Inspect & Sweep as Necessary Every Three (3) Hours GARAGE ELEVATORS & VESTIBULES INCLUDING HEATED STAIRWAY IN GARAGE Daily or as needed Waste Containers & smoking Urns Vestibule Floors Glass Horizontal Surfaces Elevators Empty, Clean as Needed Sweep, Clean as Needed Clean as Needed Dust, Clean as Needed Clean, Vacuum Door Tracks, Polish Stainless Steel

56 US CUSTOMS OFFICES AND RESTROOMS Daily or as needed Floors Walls Interior Glass Fixtures Rest Room Dust mop, damp mop, vacuum, (strip wax & buff once every three months) Spot clean Clean as Needed Dust, Clean as Needed Clean & Disinfect AIRPORT MAINTENANCE FACILITY (Includes Entrance, Director's Office, 2 Rest Rooms, Kitchen, Locker Room, Hallway, Stairway, and Second Floor Office Area November 15 to April 15 - Daily or as Needed April 16 to November 14 Minimum 3 times per week or as Needed Walls Stairs Counters Tables Desks Doors & Hardware Spot Clean Sweep Dust & Clean Dust & Clean Dust & Clean Wipe & Polish Waste & Recycle Containers Empty & Clean Restrooms Tile Floors Clean, Disinfect, Replenish Paper Goods Sweep &Spot Clean Wax & Buff once every 3 months

57 NATIONAL WEATHER SERVICE DAILY OR AS NEEDED WEEKLY MONTHLY TWICE YEARLY Empty All Trash Receptacles (especially in Kitchen) Dust Mop All Hard Surface Floors Vacuum High-Traffic Carpeted Floors Damp Mop All Hard Surface (Twice Weekly During winter) Note: use minimum water to prevent damage to equipment under floors Vacuum All Carpets (Twice Weekly During Winter) Use Hand Duster To Dust Exposed Work Surfaces, Window Stools, and Tops of Furniture, Appliances, Equipment Cabinets, and Cubical Partition Walls. Clean Glass In Entrance Doors, Interior Windows Between The Conference Room and Hallway, and Inside of the Exterior Windows in the Operations Room. Vacuum Dust Along Baseboards, Back Corners of Work Surfaces, All Ceiling Air Vents and Adjacent Surfaces Carpet Cleaning

58 TSA SPACES (BREAKROOM AREA AND 2 OFFICES ON 2 nd FLOOR) DAILY Vacuum High-Traffic Carpeted Floors Clean glass as needed Sweep/Mop Tile as needed MONTHLY Vacuum Dust Along Baseboards, Back Corners of Work Surfaces, All Ceiling Air Vents and Adjacent Surfaces Carpet/Tile Cleaning in Break Room Area TWICE YEARLY Clean carpets in office areas RESTROOM AT CAR WASH THREE TIMES WEEKLY Clean Floor and Walls Clean All Fixtures Empty all Trash Receptacles Replenish all Paper Goods GENERAL All trash and recycling materials will be disposed of in the appropriate authorized containers. All loose cardboard, paper, cans and other recycleables will be disposed of in the appropriate authorized recycling or container and will be kept separate form general trash.

59 ATTACHMENT C CARPET SCHEDULE NOTE: The following is only a general guideline. The appearance of the facilities must be maintained at a high level by performing services as often as needed. NORMAL JANITORIAL CONTRACT Entire year: 365 days Daily - Vacuum, spot clean HEAVY DUTY CARPET CLEANING A. Summer - April 15 - November 1 Monthly -Unless otherwise required 1. Baggage claim area 2. Entire south concourse from Snack Bar area, all jet bridges, Gates 1&2 including waiting area to escalators 3. Terminal entranceways and elevator by main entrance. 4. North Walkway to ramp including stairs. 5. Skywalk and garage elevators. B. Winter - November 1 - April 15 NOTE: Some areas may require deep cleaning daily. Weekly - 1. Baggage claim area 2. Entire south concourse from Snack Bar area, all jet bridges, Gates 1&2 including waiting area to escalators 3. Terminal entranceways and elevator by main entrance. 4. Second level walkways to parking garage.

60 5. Skywalks and garage elevators. 6. Mezzanine area and hallway to National Weather Service C. Monthly -(All Year) 1. Hallway upstairs from the north elevator to restaurant 2. South concourse offices hallway 3. Observation tower and lower level 4. South concourse stairway D. Quarterly - 1. All offices upstairs and conference rooms, unless otherwise required. 2. Deep clean all upholstery in public areas Special Notes: Vacuuming, of the entire area to be cleaned, must precede all of the above; over-wetting of carpet must be avoided due to the type of carpeting and the fact of having only 4 hours maximum drying time. *All carpets must be cleaned and maintained in accordance with manufacturer's specifications.

61 ATTACHMENT D Tile/Terrazo Recommendations

62 How to care for Porcelain Tile Daily maintenance General maintenance and cleaning of porcelain tile varies depending on the surface texture and soil load. General cleaning should be performed with a neutral cleaner diluted to the manufacturer's recommendations. Non-oil, non-acidic and non-soap based cleaners should be used. General household cleaners that meet this specification Include: Mr. Clean, Windex, Lysol and Spic `N Span. Top sealers, those that become a coating over the tile and grout joints, are not recommended for porcelain tile. They will change the appearance of the tile by coating the surface and giving matte- finished tiles a shiny finish. The following represents a simple procedure for maintaining unpolished tile floors with a moderate soil load. For best results: -Sweep or vacuum the floor of all loose dirt and other foreign materials. Saturate the floor with cleaning solutions and hot water, agitate and allow it to dwell (remain on floor) five to ten minutes. Do not allow cleaning solutions to dry. It may be best to complete small areas at a time. Remove the dirty cleaning solutions, and rinse the surface with clean, clear water. If the unpolished tile is extremely dirty, a more aggressive cleaning method may be necessary. Sweep or vacuum the floor of dirt and other foreign material. If there are difficult-to-remove contaminants on the surface of the tile, one should first attempt to identify the specific spill or contaminant. Different surface contaminants require different cleaning methods and chemicals. -Saturate the floor with cleaning solution and hot water, agitate and allow to dwell five to ten minutes. After the dwell time, scrub the cleaning solution with a floor machine equipped with an abrasive pad or stiff, nylon-bristle brush. -Remove the dirty cleaning solution and rinse the surface with clean, clear water. This can be accomplished with a mop or wet vacuum. To thoroughly remove the cleaning agent from the surface, it may be necessary to rinse the floor twice. In high-traffic area, or area where the surface is exposed to high-soil load, it may be necessary to scrub the floor once a day and wet-mop at intervals during the day

63

64

65

66

67

68

69

70

71

72

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

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project # PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its

More information

1 Legal Publication of Proposal Mon. Apr. 2, 2018 & Mon. April 9, Last day to submit written questions. 10:00 a.m. Mon.

1 Legal Publication of Proposal Mon. Apr. 2, 2018 & Mon. April 9, Last day to submit written questions. 10:00 a.m. Mon. Request for Proposal (RFP) for ATM Service The Hall County Airport Authority (hereafter known as Authority ), is seeking proposals from experienced and qualified financial institutions eligible and licensed

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

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers

REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers CITY OF GLENDORA REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers Prepared by Community Services Department 116 E. Foothill Boulevard Glendora, California 91741 Phone: (626) 914-8228

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

BURLINGTON INTERNATIONAL AIRPORT South Burlington, VT INVITATION TO BIDDERS NOTICE OF PREQUALIFICATION

BURLINGTON INTERNATIONAL AIRPORT South Burlington, VT INVITATION TO BIDDERS NOTICE OF PREQUALIFICATION BURLINGTON INTERNATIONAL AIRPORT South Burlington, VT INVITATION TO BIDDERS NOTICE OF PREQUALIFICATION The Board of Airport Commissioners invites contractors to submit Letters of Interest and the City

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C) Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New

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

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal

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

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN Request for Proposal Municipal Facility Space Needs Assessment City of Burnsville, MN The City of Burnsville is seeking proposals from qualified architectural/engineering firms to perform a Municipal Facilities

More information

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). SERVICE AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). WITNESSETH: WHEREAS, Owner desires to engage Vendor, as an independent contractor,

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

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

Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and. Dated TABLE OF CONTENTS. Paragraph

Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and. Dated TABLE OF CONTENTS. Paragraph Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and Dated TABLE OF CONTENTS Paragraph 1. Premises 2. Term 3. Rent 4. Assignment 5. Use of Leased Property 6. Permits 7. Tenant Improvements 8. Taxes

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

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

UTAH COUNTY SHERIFF'S OFFICE

UTAH COUNTY SHERIFF'S OFFICE UTAH COUNTY SHERIFF'S OFFICE REQUEST FOR PROPOSALS FOR POLYGRAPH SERVICES Request for Proposals Page 1 SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 BACKGROUND 1.2 PURPOSE The Utah County Sheriff's Office utilizes

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

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

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

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

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street

More information

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

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

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

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

ONE (1) HARDCOPY ORIGINAL AND ONE (1) FLASH DRIVE MUST BE SUBMITTED SOLICITATION DOCUMENT BD AUTOMATED TELLER MACHINE ( ATM ) CONCESSION FOR

ONE (1) HARDCOPY ORIGINAL AND ONE (1) FLASH DRIVE MUST BE SUBMITTED SOLICITATION DOCUMENT BD AUTOMATED TELLER MACHINE ( ATM ) CONCESSION FOR ONE (1) HARDCOPY ORIGINAL AND ONE (1) FLASH DRIVE MUST BE SUBMITTED SOLICITATION DOCUMENT BD-2019-001 AUTOMATED TELLER MACHINE ( ATM ) CONCESSION FOR BUSINESS DEVELOPMENT Response Due: JANUARY 29, 2019

More information

GUTTENBERG HOUSING AUTHORITY

GUTTENBERG HOUSING AUTHORITY GUTTENBERG HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et. seq. PROPOSALS MUST BE SUBMITTED BY Wednesday March

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

CONSTRUCTION CONTRACT

CONSTRUCTION CONTRACT CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page

More information

NOTICE OF REQUEST FOR PROPOSALS FOR PUBLIC COFFEE SERVICE AT THE CHAPEL HILL PUBLIC LIBRARY TOWN OF CHAPEL HILL, NORTH CAROLINA

NOTICE OF REQUEST FOR PROPOSALS FOR PUBLIC COFFEE SERVICE AT THE CHAPEL HILL PUBLIC LIBRARY TOWN OF CHAPEL HILL, NORTH CAROLINA NOTICE OF REQUEST FOR PROPOSALS FOR PUBLIC COFFEE SERVICE AT THE CHAPEL HILL PUBLIC LIBRARY TOWN OF CHAPEL HILL, NORTH CAROLINA BID: Q17-134 TO: ALL PERSPECTIVE BIDDERS FROM: ZAKIA ALAM, PURCHASING & CONTRACTS

More information

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CITY OF OAK HARBOR REQUEST FOR PROPOSAL CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

Request for Proposal # Postage Meter Lease & Maintenance Service

Request for Proposal # Postage Meter Lease & Maintenance Service Request for Proposal # 2018-025 Postage Meter Lease & Maintenance Service Due Date: October 19, 2017 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500

More information

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation TOWN OF BERLIN VERMONT July 7, 2015 Request for Proposal Landscape Design and Installation Table of Content PART 0- INSTRUCTIONS TO THE BIDDERS 2 INVITATION TO BID 2 THE DATE OF SOLICITATION: 2 THE PROJECT:

More information

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance. INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:

More information

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA City of Redmond, Washington Purchasing Division, M/S: 3SFN 15670 NE 85th Street PO Box 97010 Redmond, WA 98073-9710 Request for Proposal The City of Redmond is interested in seeking proposals from qualified

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION] P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES

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

AGREEMENT FOR TRANSPORTATION SERVICES

AGREEMENT FOR TRANSPORTATION SERVICES AGREEMENT FOR TRANSPORTATION SERVICES This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business under the laws

More information

City of Albany, New York

City of Albany, New York City of Albany, New York REQUEST FOR PROPOSALS FOR THE PROVISION OF BOND COUNSEL SERVICES Proposal Number 2012-03 March 19, 2012 SECTION 1: PURPOSE 1.1 The City of Albany hereby requests proposals from

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SOFTWARE SUPPORT AGREEMENT TRITECH SOFTWARE SYSTEMS

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SOFTWARE SUPPORT AGREEMENT TRITECH SOFTWARE SYSTEMS HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SOFTWARE SUPPORT AGREEMENT TRITECH SOFTWARE SYSTEMS Board Date: August 3, 2017 HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO Software

More information

STORM DRAIN ENGINEERING DESIGN SERVICES

STORM DRAIN ENGINEERING DESIGN SERVICES City of Imperial Community Development Department STORM DRAIN ENGINEERING DESIGN SERVICES Request for Proposals Project Funded by: SB1, The Road Repair and Accountability Act of 2017 Point of Contact:

More information

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REF #242013RFPSW DUE DATE: 4:00 PM, February 19, 2013 Luzerne County

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information

Request for Proposal # Executive Recruitment Services

Request for Proposal # Executive Recruitment Services Request for Proposal # 2019-001 Executive Recruitment Services Due Date: July 19, 2018 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500 N. Main Street,

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 QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT

More information

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381 CITY OF SHENANDOAH REQUEST FOR PROPOSALS for the SPECIAL EVENT TENTS CITY OF SHENANDOAH 29955 I-45 NORTH SHENANDOAH, TEXAS 77381 RESPONSES DUE MONDAY, SEPTEMBER 19, 2016 @ 10:00 AM 1 CITY OF SHENANDOAH

More information

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016 1.0 EXECUTIVE SUMMARY 1.1 The Cyril E. King Airport (CEKA), St. Thomas, Virgin Islands is owned and operated by The Virgin Islands Port Authority. The CEKA is located at #70 Lindbergh Bay. The CEKA enplanes

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

More information

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

More information

CONSTRUCTION CONTRACT EXAMPLE

CONSTRUCTION CONTRACT EXAMPLE P a g e 1 CONSTRUCTION CONTRACT EXAMPLE THIS AGREEMENT, made and entered into this date, by and between, hereinafter called CONTRACTOR, and NPC QUALITY BURGER, INC., hereinafter called OWNER. IT IS HEREBY

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 QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT Washington

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,

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

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

More information

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

More information

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA REQUEST FOR PROPOSAL ( RFP ) PROPOSAL #: CA19-0001 RFP for Court Reporting Services To: The Eighteenth

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT BID #4-10 - SALE OF FERROUS METALS County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Fred M. Maxon,

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement (the Agreement ) is entered into this day of, 20, by and between the University of Maine System ( University ), and ( Business Associate ).

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION TOWNSHIP OF PEQUANNOCK REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION The Township of Pequannock, a municipal corporation in the County of Morris and the

More information

REQUEST FOR PROPOSALS Northwestern Regional Airport Commission

REQUEST FOR PROPOSALS Northwestern Regional Airport Commission REQUEST FOR PROPOSALS Northwestern Regional Airport Commission I. Introduction The Northwestern Regional Airport Commission (NRAC) is requesting bids for LAW ENFORCEMENT OFFICER SERVICES for the Cherry

More information

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL REQUEST FOR PROPOSALS 19-409-01 FLOOD DEBRIS REMOVAL INTENT: It is the Intent of this Request for Proposal to solicit competitive sealed proposals for debris removal caused by local flooding event. The

More information

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax: CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA 98629 Ph: 360-263-7665 Fax: 360-263-5700 REQUEST FOR PROPOSALS FOR A LA CENTER FARMERS MARKET MASTER The City of La Center is requesting proposals from

More information

MIDDLESEX COUNTY UTILITIES AUTHORITY

MIDDLESEX COUNTY UTILITIES AUTHORITY MIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR FINANCIAL INVESTMENT AND ADVISORY SERVICES FOR THE AUTHORITY S SOLID WASTE AND WASTEWATER DIVISIONS DEADLINE: 12:00 NOON ON FRIDAY, FEBRUARY

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR AUDIT SERVICES FOR THE COLQUITT COUNTY BOARD OF COMMISSIONERS COLQUITT COUNTY, GEORGIA June 6, 2017 TABLE OF CONTENTS 1. 0 INTRODUCTION 1.1 Purpose for Request for Proposal (RFP)

More information

REQUEST FOR PROPOSALS AND CONCESSION AGREEMENT

REQUEST FOR PROPOSALS AND CONCESSION AGREEMENT REQUEST FOR PROPOSALS AND CONCESSION AGREEMENT RENTAL CAR SERVICE NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT NORFOLK, VIRGINIA AUGUST 1, 2018 JUNE 30, 2023 RFP issued March 15, 2018 DOCUMENT

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the Agreement ) is entered into this day of, 20, by and between the University of Maine System acting through the University of ( University

More information

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day

More information

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL for Construction & Demolition Waste Characterization Study JUNE 2018 TABLE OF CONTENTS Section Page 1. Request for Proposal 3 2. Definitions

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE FACILITIES PROFESSIONAL OR TECHNICAL CONSULTANT MASTER CONTRACT FOR ARCHITECTURAL, OWNER REPRESENTATIVE, REAL ESTATE, AND OTHER

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

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS PROFESSIONAL SERVICES CONTRACT (Architects, Engineers, Land Surveyors, Landscape Architects) BETWEEN THE CITY OF GIG HARBOR AND [insert Consultant Name] THIS AGREEMENT is made by and between the City of

More information

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL NOTICE IS HEREBY GIVEN that the Board of County Commissioners of Skagit County, Washington will receive sealed requests for proposal and publicly open them on or about 2:30 p.m. on

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

ENERGY EFFICIENCY CONTRACTOR AGREEMENT ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State

More information

Sample Request For Proposals

Sample Request For Proposals Sample Request For Proposals California Education Coalition for Health Care Reform A Joint Labor-Management Committee NOTICE TO BIDDERS HEALTH CARE INSURANCE NOTICE IS HEREBY GIVEN that the (name of district>.

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