CITY OF SOUTHAVEN, MISSISSIPPI RUBBISH COLLECTION SERVICES
|
|
- Daniela Paul
- 5 years ago
- Views:
Transcription
1 CITY OF SOUTHAVEN, MISSISSIPPI RUBBISH COLLECTION SERVICES SPECIFICATIONS Darren Musselwhite Mayor Board of Aldermen Kristian Kelly Shirley Kite George Payne Joel Gallagher Scott Ferguson Raymond Flores William Brooks April 25, 2016
2 CITY OF SOUTHAVEN / 8710 NORTHWEST DRIVE / SOUTHAVEN, MS PHONE: / FAX: REQUEST FOR PROPOSAL The City of Southaven, Mississippi ( City ) is requesting bids for the collection of municipal rubbish. This service will consist of collecting rubbish from the City delivered to the County landfill, transfer station, waste-to-energy plant, or other area as designated by the City. The current contract expires on July 1, 2016 which will be the beginning of this new contract. I. BACKGROUND The City with a population of approximately 51,800, has curbside collection of rubbish as well as garbage. This request is for rubbish collection only. Rubbish (vegetative debris limbs, cuttings, bagged leaves, trunk sections, etc.; and bulky waste appliances, furniture, mattresses, etc.; and light construction debris wood members, gypsum board, etc.; moving debris boxes, packing paper, etc. ) shall be picked up from the approximately 17,012 single-family residential units once per week on a designated day for each residence agreeable to the City through a designated route map and schedule. Collection is spread over the five weekdays. Other items that are not household garbage or food waste shall be collected if allowed and bagged properly. The City and its advisors have, to the best of their knowledge, represented information and data that are current and applicable to this contract. The City is providing the information contained herein as a courtesy to the Service Provider. The City and its advisors neither guarantee nor warranty that the information contained in this RFP or referenced documents is accurate and complete. The City and its advisors are not and will not be liable for omissions or errors contained in this RFP. It is the Service Provider's responsibility to use this information and verify the same during the proposal, negotiation, and contract implementation periods through its own due diligence. II. PURPOSE AND SCOPE The City requests proposals from contractor for collecting municipal rubbish as described above, to all residential homeowners within the City limits, both current and future residents. (Cost per home adjusted annually for future residents-also to be adjusted for reducing total numbers if necessary). III. BID REQUIREMENTS All bids should include the following: 1. An annual cost to the City for the length of this contract the 1 st year (based on 17,012), then an annual household cost thereafter. (see tabulation sheet).
3 2. A description of the proposed collection procedure including operating equipment and personnel, hours and days of operation, scale, and any other information to demonstrate ability to handle the requirements of the Contract. 3. Name, title, address and phone number of person(s) to contact regarding the proposal. Also, provide this information for person(s) to contact during contract period for matters involving the Contract performance and billing. Owner shall be informed anytime contact personnel are changed. 4. Provide a description of the Contractor - including history, ownership (including principals and officers), financial statement, and minimum 3 years experience; and firm listing available and operable equipment to be utilized for this contract, redundant back-up equipment available in the event of needed repairs, etc., number of personnel employed for this contract (number of contracted third party personnel hired for this contract if applicable). 5. Each bid must be accompanied by a certified check, cashier s check, or bid bond on approved form in the amount of five thousand dollars ($5,000.00) payable to the City of Southaven as guarantee that if the bid is accepted and an award is made, the bidder will enter into a formal Contract with the City within ten (10) days of written notice of the award. The failure or refusal of the successful bidder to enter into a Contract within said time will result in the forfeiture of the bid bond or check to the City liquidated damages. Bid bonds or checks shall be returned to all bidders within three (3) days of the execution of said Contract. 6. Addenda all changes, revisions, acknowledgement of omissions or any other alterations to these documents shall be issued prior to 48 hours before the deadline for submission and shall become a part of these contract documents and be given due consideration as appropriate to the extent that any such addendum affects the quotes ultimately submitted for this contract as described herein. It is the responsibility of the proposers to be aware of information issued in the form of addendum. Receipt of any and all addenda issued shall be acknowledged in proposal submittals. 7. All bids must be signed by a duly authorized agent of the Contractor. If the Contractor is a corporation, proof of authorization of agent to sign the bid must be provided. 8. EQUIPMENT: The contractor will furnish all equipment. 9. LABOR: the contractor will furnish all labor crews. The contractor shall be responsible for all wages, taxes, workman s compensation, insurance, etc, as required for compliance with all current federal, state and local laws and regulations.
4 IV. INSURANCE The successful bidder shall procure and file with the City upon execution of the Contract certificates of insurance insuring both the Contractor and the City of Southaven. Throughout the Contract period, the Contractor shall maintain insurance coverage as follows: Employer s Liability, Workmen s Compensation, Public Liability and Property Damage, including contractual liability coverage. All coverages, insurers and amounts shall be as approved by the City. Proper and thorough Certificates of Insurance shall be issued with the City listed as Additional Insured prior to this contract being signed. Note specific coverage information below (all other to be for legal minimums or any other governing law that applies): 1. General Liability covering bodily injury, wrongful death, and property damage as follows: Comprehensive form $2,000, single limit on account of each accident. All insurance policies must be obtained through insurance companies licensed to do business within the State of Mississippi, must be maintained for the life of the Contract, must cover all operations under the contract weather performed by the Contractor or any of his subcontractors and mush provide thirty (30) days written notice to the City: (1) prior to cancellation; (2) prior to a material or substantial change in coverage; and (3) prior to any failure and/or refusal of said insurance company to renew. The Contractor shall provide a waiver of subrogation in favor of the City on General Liability and Worker s Compensation Insurance. To the extent permitted by law, all or any part of any required insurance coverages may be provided under a plan or plans of self-insurance. The coverages may be provided by the Contractor s parent corporation. V. PERFORMANCE BOND The successful bidder will be required to furnish a performance bond from a surety company licensed to do business in the State of Mississippi or a letter of credit. The bond or letter shall be issued in the amount of $100, in a form acceptable to the City. Said bond shall indemnify the City against any loss or damage resulting from any failure of the Contractor to perform as required by the terms of the contract. VI. STORMS / DISASTERS In the event of a storm, flood, tornado or other natural disaster or act of God, the City shall grant the Contractor reasonable variance from regular schedules and routes. If such events require the Contractor to perform duties beyond the scope of this contract, the Contractor and the City shall negotiate the amounts to be paid to the Contractor.
5 VII. INDEMNITY The Contractor shall indemnify and save harmless the City, its officers, agents, servants, and employees from and against any and all suits, actions, legal proceedings, claims, demands, damages, costs, expenses and attorney s fees to the extent resulting from a willful or negligent act or omission of the Contractor, its officers, agents, servants, and employees in the performance of this Contract; provided however, that the Contractor shall not be liable for any suits, actions, legal proceedings, claims, demands, damages, costs, expenses and attorney s fees arising out of the awarding of this Contract for a willful or negligent act or omission of the City, its officers, agents, servants and employees. The Contract and all disputes and/or legal issues between the Contractor and the City shall be governed by the laws of the State of Mississippi. The appropriate jurisdiction for any disputes, which arise from this Request for Proposal or any contract which may be subsequently executed between the City and the selected firm shall be either the applicable court in Desoto County or the United States District Court for the Northern District of Mississippi. VIII. CONTRACT TERM The Contract shall commence on July 1, 2016 and terminate on April 30, 2018 with the City having to option to renew for an additional three (3) years. The contract shall include a sixty (60) day termination clause which will allow the City to terminate for convenience and without cause. This Contract shall not be assigned. This is the sole and exclusive contract for Rubbish Collection services other than collection directly by the City itself with its own equipment. IX. MODICICATION TO RATES The fees which may be charged by the Contractor for the second and subsequent years of the term hereof shall be adjusted upward or downward to reflect changes in the cost of operations, as reflected by fluctuations in the Consumer Price Index for Urban Wage Earners and Clerical Workers (All Items) and the Consumer Price Index for Urban Wage Earners and Clerical Workers, Expenditures Category Gasoline, both as published by the U. S. Department of Labor, Bureau of Labor Statistics. All to be for Southeastern Region. As of the last month of the first year of the Contract and every twelve months thereafter (the Rate Modification Date ) the fees shall be increased or decreased for the ensuing twelve month period in a percentage amount equal to 100 percent of the net percentage change of the All Items Index Plus 10 percent of the net percentage change of the Gasoline Index. All percentage changes are to be computed as the difference between the index values for the first full month prior to the commencement of the Contract. HOURS OF OPERATION & HOLIDAYS: This Contract shall operate during hours as approved by the City and consistent with its ordinances and all holidays observed shall be submitted to the City for approval and inclusion on an annual calendar renewed each January.
6 X. BASIS OF AWARD Award of a Contract will be based on an evaluation of collection procedures, cost, and company history, to ensure the most efficient rubbish collection for our citizens. In addition to the above, the lowest and best responsible proposal will be determined by the following factors: A) The ability, capacity, and skill to perform the contract in a timely manner B) The experience of the bidder and quality work C) Financial resources The City reserves the right to reject any and all proposals and waive any informality. Any variations to the requirements prescribed herein will be considered. However, the City is under no obligation to award a Contract based on variations and will do so only if in the best interest of the City.. The City reserves the right to request clarification of information submitted and to request additional information of one (1) or more RFPs. The City reserves the right to negotiate the Agreement/Contract for the project with the next most qualified finalist if the successful finalist does not agree to the terms of an Agreement/Contract after submission of an Agreement to such proposer. The City reserves the right to negotiate all elements of work that comprise the selected RFP. The City reserves the right, after opening the RFPs, or at any other point during the selection process, to reject any or all RFPs, modify or postpone the proposed project, evaluate any alternatives offered, or accept the RFP that, in the City's sole judgment, is in its best interest. The City reserves the right to terminate the Agreement/Contract if the Consultant Service Provider fails to begin to perform the work described herein within ten (10) days after the City giving the Consultant/Service Provider a written notice to proceed. Should it become necessary, the City shall negotiate with the Service Provider whose proposal is determined to be most advantageous to the City. If negotiations with the highest ranking Service Provider fail, negotiations shall be initiated with the next highest ranking Service Provider, and so on, until an agreement is reached. XI. SUBCONTRACTS No part of the Contract shall be sublet without the prior written approval of the City. XII. SUBMITTAL REQUIREMENTS Proposals must contain all information listed above. Proposals may contain any additional information that will demonstrate the ability to perform the proposed contract. Three (3) copies of the proposal must be submitted to the City Clerk by Friday, May 13, 2016 at 10:00 a.m. XIII. WITHDRAWAL OF PROPOSAL Any proposer may withdraw his proposal, either personally, or by written request, at any time prior to the scheduled closing time for receipt of proposals. Proposal shall remain valid for a period of 90 days after submittal
7 Proposals must be sealed and clearly marked on the outside REQUEST FOR PROPOSAL- RUBBISH COLLECTION further information regarding this Bid, contact Bradley K. Wallace, AIA - Director of Public Works at RUBBISH PROPOSAL TABULATION SHEET YEAR ANNUAL COST (BASE 17,012 CUSTOMERS) YEAR 1 $ $ YEAR 2 (through April 30, 2018) LEAVE BLANK $ COST/PER HOME/ PER YEAR LEAVE BLANK YEAR 3 (if approved after April 30, 2018) LEAVE BLANK $ As of April, 2016, the City has 17,012 individual residences: Bidder will bid Year 1 based on the 17,012 customers. Year 2 3 bidder will bid per household only, per year. The City will give the bidder the household totals July 1 st each year. Signed by the Bidder Date Address City/State/Zip Phone
8 CERTIFICATE OF RESPONSIBILITY IF BIDDER IS: An Individual By (Individual s Name) Doing business as Business Address Phone No. Date: A Partnership By (SEAL) (Firm Name) ( (General Partner) Business Address Phone No. Date: A Corporation By (Corporation Name) (State of Incorporation) By (Name of Authorized person to sign) Date: (Title) (Corporate Seal) Attest (Asst.) Business Address Phone No. Date: A Joint Venture By (Name) (Address) By (Name) (Address) Phone: Date: (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above)
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 informationPROJECT MANUAL Residential Solid Waste, Trash, Recycling and Yard Waste Collections
PROJECT MANUAL 2018-2020 Residential Solid Waste, Trash, Recycling and Yard Waste Collections. This Proposal to be Publicly Opened and Read: May 2, 2018 Dated: April 4, 2018 Page 1 of 12 Subject: City
More informationINVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #
INVITATION TO BID PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #2018-20 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website: http://www.bakercountyfl.org
More informationREQUEST 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 informationPUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION
PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and
More informationRFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA
RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA TABLE OF CONTENTS Section Number/Description 1.0 Introduction/Overview 1.1 Purpose/Objective 1.2 Background
More informationI N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS
I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT
More informationCOUNTY 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 informationAlabama State Port Authority
Alabama State Port Authority Requisition and Proposal Project Name Annual Litter Removal Event Project# 10378 Task # 1 1 P age To: Prospective Bidders Date: January 12, 2017 Please procure the following
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided
More informationSAMPLE SUBCONTRACTOR AGREEMENT
SAMPLE SUBCONTRACTOR AGREEMENT This Agreement, as negotiated herein, is entered into by and between, Subcontractor and, Contractor on this day of, 20. Subcontractor,, agrees to provide the following described
More informationADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE
ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the
More informationRequest for Bid/Proposal
Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu
More informationSUBCONTRACTOR CONTRACT THIS AGREEMENT, Made as of (Current Date), In the Year of (Current Year),
SUBCONTRACTOR CONTRACT THIS AGREEMENT, Made as of (Current ), In the Year of (Current Year), Between the Contractor: And the Sub-Contractor: For the Project: Owner s Name Sub-Contractor s Name License
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST
More informationREQUEST 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 informationCITY 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 informationEvaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.
REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored
More informationREQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA
REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA INVITATION TO SUBMIT PROPOSALS The Village of Sparta is accepting sealed bids from
More informationMailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)
Page 1 of 9 Bid #10-18 Sealed bids for purchase of a replacement Sound System for the South Portland High School Auditorium, for the City of South Portland, Maine, as specified below, in the Specifications
More informationSANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017
SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will
More informationCITY OF ROMULUS CHAPTER 39: PURCHASING
CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS ORDINANCE NO. AN ORDINANCE TO AMEND PORTIONS OF CHAPTER 39 AND TO ADD ADDITIONAL SECTIONS TO CHAPTER 39 OF THE PURCHASING ORDINANCE OF THE CITY OF
More informationINDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT
INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20 1 4, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided
More informationRFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES
RFP # 2018-06 SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES The Baker County Board of County Commissioners, Florida (County) will receive sealed proposals until 3:00 p.m. local time, on April
More informationLeavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048
Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048 Michael Spickelmier, Director of Public Works Trevor Huhn, Buildings & Grounds On-Call Boiler/Chiller Repair
More informationREQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES
P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES Proposals
More informationSMALL ORDERS TERMS AND CONDITIONS - BLANKET
1. COMPLIANCE WITH LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or
More informationTOWN 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 informationREQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103
REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103 Part I. PROCEDURE FOR SUBMITTING PROPOSAL 1.1 SCOPE : Contractor to manage the
More informationNOTICE 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 informationREQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS
REQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS Tuesday, October 10, 2017 City of Oxford, North Carolina 300 Williamsboro Street xford NC 27565
More informationCity 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 informationCity of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S
SMALL TOWN VALUES 1115 13TH AVENUE PO BOX 79 SIDNEY NEBRASKA 69162 BIG TIME OPPORTUNITIES PHONE (308) 254-5300 FAX (308) 254-3164 www.cityofsidney.org City of Sidney Request for Qualifications and Proposal
More informationCity 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 informationRFP 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 informationState 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 informationLEGAL 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 informationI. INTRODUCTION I. GENERAL INFORMATION
FRANKLIN COUNTY SOLID WASTE MANAGEMENT DEPARTMENT LOUISBURG, NORTH CAROLINA REQUEST FOR PROPOSAL MANAGEMENT/SUPERVISION OF THE FRANKLIN COUNTY SOLID WASTE CONVENIENCE CENTERS I. INTRODUCTION The Franklin
More informationREQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development
REQUEST FOR PROPOSALS For Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development Proposal Issue Date August 22, 2017 Proposal Submittal Due Date September
More informationPATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor
PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and
More informationREQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION
REQUEST FOR BIDS For RESIDENTIAL SOLID WASTE COLLECTION Bids are currently being solicited by the Talladega County Commission for curbside collection of municipal residential solid waste in the unincorporated
More informationCITY 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 informationTown of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.
Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,
More informationRequest for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades
Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST)
More informationINSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri
INSTRUCTIONS TO BIDDERS Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri 1. Sealed Bids for Water Line Replacement in the Area of Gillis Street from Hines to Lydia
More informationADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)
ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB
More informationRequest for Proposal (RFP) For Plat book Printing
Request for Proposal (RFP) For Plat book Printing Posting Date: May 23, 2012 Response Deadline: June 8, 2012 4:00 p.m. Central Standard Time (CST) To: John Lefebvre Marinette County Land Information Director
More informationDIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM
CONTRACT FOR WEATHERIZATION SERVICES BETWEEN THE OF Agency name (Hereinafter referred to as the "Agency") AND Contractor name (Hereinafter referred to as the "Contractor") FOR CONTRACT # GRANT AGREEMENT
More informationTOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES
TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting
More informationTOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S
TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos
More informationSAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES
SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes
More informationRequest For Proposals. For Copier. For GREENVILLE UTILITIES COMMISSION
Request For Proposals For Copier For GREENVILLE UTILITIES COMMISSION Of the City of Greenville, North Carolina 401 South Greene Street Greenville, North Carolina 27834 Issue Date June 19, 2017 Response
More informationRFQ #2766 Sale of Surplus Scrap Metal
RFQ #2766 Sale of Surplus Scrap Metal RFQ NO. 2766 Today is: August 6, 2014 Phone: 805/875-8001 Email: m_villarreal@ci.lompoc.ca.us Re: Sale of Surplus Scrap Material For Department Use Qty Description
More informationRequest for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST
RFP14-1480 Request for Proposal RFP14-1480 SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST DATE OF ISSUE: September 08,, 2014 TO RESPOND BY RESPOND TO: September 22, 2014 3:00
More informationCITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019
CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Remove, Repair and Re- Install
More informationWest Ridge Park Ballfield Light Pole Structural Assessment
Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,
More informationConstruction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.
Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:
More informationSubcontract Agreement
S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor
More informationREQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS
REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS The City of Levelland is seeking proposals to install two playgrounds in the Levelland Park System. Sealed proposals clearly marked on the outside
More informationTHE STATE OF TEXAS Landscape Maintenance and Use Agreement COUNTY OF TARRANT
THE STATE OF TEXAS Landscape Maintenance and Use Agreement COUNTY OF TARRANT THIS LANDSCAPE MAINTENANCE AND USE AGREEMENT (hereinafter referred to as "Agreement") is made and entered into on this day of,
More informationWATER 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 informationREQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH
REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH 1. GENERAL The City of Folly Beach, South Carolina (City) requests proposals from qualified engineering firms for a Water System
More informationMEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).
MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement
More informationBID DOCUMENTS FOR. WTP VFD Replacement Bid
BID DOCUMENTS FOR WTP VFD Replacement Bid CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 18, 2018 NOTICE TO BIDDERS WTP VFD REPLACEMENT BID FOR THE CITY OF OWOSSO, MICHIGAN Sealed proposals
More informationRequest for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season
Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST) To: Raymond
More informationREQUEST FOR PROPOSALS RFP # ELECTRIC SUPPLY & SERVICES FROM RETAIL ELECTRIC PROVIDERS
REQUEST FOR PROPOSALS The is soliciting sealed Request for Proposals; hereinafter referred to as RFP, to be received by the City Secretary s Office located at 415 W. University Drive, Edinburg, Texas 78541.
More informationREFUSE AND RECYCLING CONTAINER AND BILLING AUDIT SERVICES RFP #1603 October 2016
REQUEST FOR PROPOSALS for REFUSE AND RECYCLING CONTAINER AND BILLING AUDIT SERVICES RFP #1603 October 2016 City of Culver City PUBLIC WORKS DEPARTMENT 9770 Culver Boulevard Culver City, CA 90232-0507 Refuse
More informationREQUEST 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 informationCONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,
CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter
More informationEast Central College
SECTION 00100 - INSTRUCTION TO BIDDERS 1. BIDDING GUIDELINES The submission of a Bid shall be deemed the Bidder's tacit acknowledgment and considered conclusive evidence that: 1. Each Bidder is responsible
More informationServices Agreement for Public Safety Helicopter Support 1
SERVICES AGREEMENT FOR PUBLIC SAFETY HELICOPTER SUPPORT BETWEEN THE CITY OF HUNTINGTON BEACH AND THE CITY OF NEWPORT BEACH This ("Agreement") is made by and between the City of Huntington Beach, a California
More informationSAMPLE DOCUMENT SUBCONTRACT AGREEMENT
SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and
More informationContractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.
SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office
More informationADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401
ADVERTISEMENT FOR BIDS Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on February 12,
More informationREQUEST 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 informationSIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES
Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE
More informationCOUNTY EXECUTIVE On behalf of the City of Pittsburgh
County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES 206 COURTHOUSE PITTSBURGH PA 15219 City
More informationGROUNDS 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 informationREQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN
REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN CITY OF SAN MATEO, CALIFORNIA PUBLIC WORKS DEPARTMENT 330W. 20 TH AVENUE SAN MATEO, CA 94403 The City of San Mateo hereby requests
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS REVEREND PETER ATKINS PARK BATHROOM PROJECT CCE PROJECT NO. 117-106 NOVEMBER 2, 2017 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 1.0 INTRODUCTION
More informationMASTER SUBCONTRACTOR AGREEMENT
MASTER SUBCONTRACTOR AGREEMENT THIS MASTER SUBCONTRACTOR AGREEMENT ("Agreement") is made this day of, 20, between, a ("Contractor"), and, a ("Subcontractor"). 1. Recitals: Contractor has entered into a
More informationPROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019
a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver
More informationW I T N E S S E T H:
GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"
More informationThe Town of Wilton. 238 Danbury Rd. Wilton, CT 06897
The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,
More informationCITY OF GREENVILLE Danish Festival City
REQUEST FOR QUOTE GREENVILLE CITY HALL EXECUTIVE OFFICE Work-center PROJECT The City of Greenville is requesting bids for the purchase and installation of one work-center in the City Hall building. Base
More informationCITY OF SOUTH PORTLAND Purchasing Office Room 105 P.O. Box Cottage Road South Portland, Maine
CITY OF SOUTH PORTLAND Purchasing Office Room 105 P.O. Box 9422 25 Cottage Road South Portland, Maine 04116-9422 Invitation to Bid PLOWING SCHOOL PARKING LOTS Sealed bids for Multi-year Plowing of the
More informationCherokee Nation
Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)
More informationTire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal
Tire Disposal Lincoln County Solid Waste RFP #2015-0709 Tire Disposal 1. Introduction 1.1. Lincoln County Solid Waste is seeking proposals from qualified Contractors interested in providing a minimum of
More informationREQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018
REQUEST FOR PROPOSAL (RFP) #18-049-53 LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 RESPONSE DEADLINE: JANUARY 16, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: KIRSTEN BURMEISTER,
More informationGALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f
GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.
More informationBOROUGH 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 informationCITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE
CITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE 1. Parties. This Memorandum of Understanding (MOU) is made and entered into by and between Empire Builders
More informationDEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM
PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,
More informationTOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)
TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91
More informationREQUEST FOR PROPOSAL RFP #14-03
Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM
More informationRequest 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 informationENERGY 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 informationRequest for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019
Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at
More information