BID# State Museum of PA, 300 North Street. Attention: Rhonda Johnson Telephone: Fax:

Size: px
Start display at page:

Download "BID# State Museum of PA, 300 North Street. Attention: Rhonda Johnson Telephone: Fax:"

Transcription

1 BID# PROJECT INFORMATION Name: Program Manager: Historic Roadside Marker Maintenance PA Historical and Museum Commission State Historic Preservation Office 400 North Street, 2nd Floor Keystone Building Harrisburg, PA Attention: Karen Galle Telephone: Issuing Office: PA Historical and Museum Commission State Museum of PA, 300 North Street Harrisburg, PA Attention: Rhonda Johnson Telephone: Fax: SCOPE OF WORK Since 1946, the Pennsylvania Historical and Museum Commission (PHMC) has administered a program of historical markers to capture the memory of people, places, and events that have affected the lives of Pennsylvanians. Pennsylvania has more than 2,000 cast aluminum blue and gold markers and more than 100 bronze plaques that line its highways and streets. These markers and plaques must be maintained on a routine basis. PHMC is seeking a contractor to provide roadside maintenance of these markers and plaques.

2 General Instructions Contractor will provide all equipment, vehicles, supplies, tools, shop location, welding services, and labor for all marker maintenance/repairs. PHMC will supply all setscrews and paint. If PHMC and contractor have determined repairs are more costly than replacement, PHMC will also supply all new yokes, plates and poles. If the text plate is removed and the pole remains at marker location, vendor MUST place appropriate PHMC maintenance tag on the pole. Tags will be provided by PHMC. Roadside markers weigh approximately 75 lbs. and city markers weigh approximately 40 lbs. Vehicles must be able to accommodate poles ten feet in length. Contractor must clean debris from the site (remove all work related waste, surplus, materials, tools and construction materials). The PHMC has two types of markers: 1) roadside and 2) city. Roadside markers are usually along a highway, main road, in rural areas, park or grassy areas. They measure approximately 45" x 46". City markers are usually within city/borough limits and measure approximately 27" x 41". Both markers are made of painted composite aluminum, and are mounted on metal poles painted to match. The PHMC bronze plaques are usually along a highway, main road, in rural areas, park or grassy areas, or within city/borough limits. They measure approximately 27"x 41". Plaques are usually mounted on large stones. The plaques may require general surface cleaning and re-installation of plaques on stone. The PHMC also has two types of maintenance: 1) cyclical and 2) emergency. Cyclical maintenance is maintenance that the PHMC plans and assigns on a yearly basis. Usually this is assigned on a county by county basis and the contractor will be given a list of markers in that particular county that require maintenance. Cyclical maintenance work will include but not be limited to the following: Initial digital photographs of the marker prior to removal or treatment. Detailed photographs of specific maintenance needs are expected. The entire marker will be sandblasted, primed and repainted if the paint is badly chipped or uniformly faded. Spot work on site may be necessary for minor chipped paint or localized fading of the text plate, or if the pole needs major or minor repainting. The marker may simply need to be cleaned with a whisk broom or power washer to remove any grime, sap, etc. If contractors find it is more cost effective to sandblast, prime and repaint at the current marker location versus removing the sign and taking it to the shop, this method may be recommended. If the contractor removes the sign, all work will be accomplished at the contractor's shop, unless welding is required. Contractor is responsible to obtain welding services, if unable to be done in-house. Markers that have been removed for maintenance must be returned to the original site and reinstalled. Minor landscaping, brush clearing, or branch removal may be required if the marker is obscured Digital photographs will be taken after the maintenance has been completed.

3 Markers shall be picked up, repaired and replaced back to the original location within a mutually agreed upon schedule between the PHMC and the contractor. Emergency maintenance is statewide maintenance that is unplanned (example: a marker is hit by a car and needs to be removed from site immediately). Within a reasonable time period, the contractor will provide on-site emergency repairs (straightening bent text plates, touch-up painting, welding, reinstalling markers that have been knocked down) or if the repair cannot be accomplished on-site, remove sign to the contractor's sign shop for repair. If sign is returned to shop for repairs, PHMC and contractor will determine if the cost of the repair is more costly than replacement. These services will be provided on an as needed basis as directed by PHMC. If the contractor is unable to pick up the marker or repair on-site within a two week period, PHMC reserves the right to obtain an outside vendor. In infrequent situations when a damaged marker poses a hazard to pedestrians or motorists, retrieval within twentyfour hours of notification may be required. In some instances, markers may be removed by others (example: Department of Transportation or municipal maintenance crew). PHMC will notify contractor and contractor must arrange retrieval of markers from these storage or holding facilities. Marker Installation PHMC installs new markers from time to time. Contractor will not be responsible to install these new markers. However, contractor may be responsible to install replacement markers, or old markers at a new location, or at the same location but with a new pole. If so, contractor must follow the attached "Specifications for Installation of State Historical Markers" (Exhibit B). Contractor is responsible to contact PA One Call for all ground disturbing activities. If contractor installs a marker in the incorrect location, and if information provided by PHMC was correct, the contractor must rectify the problem within a two week period at no cost to PHMC. 1.3 BID QUESTIONS/BID REVISIONS Questions are due via to rhojohnson@pa.gov by 2:00pm on Thursday, March 16, Answers to all questions and/or formal addendums will be posted to (click on "Solicitations", enter Solicitation # " ", click on "search") by Monday, March 20, 2017 at 4:00 PM. No other questions will be permitted after this date. All questions and answers will become an addendum to the IFB. The issuing office shall not be bound by any verbal information nor shall it be bound by any written information that is not either contained within the IFB or formally issued as an addendum by the issuing office. If the Issuing Office deems it necessary to revise any part of this bid, bid bulletins will be posted to (click on "Solicitations", enter Solicitation# " ", click on "search"). It is he potential vendor's responsibility to periodically check the website for any new or revised bid information or addenda prior to submission of the bid. If a bid bulletin has been issued, bidder must print the bulletin, sign and return the bulletin as part of the bid package.

4 1.4 BID SUBMISSION Bids will only be accepted electronically. Please go to the PA Supplier Portal to bid on this solicitation. No paper bids, faxes, or s will be accepted. Please note the bidder assumes the responsibility to ensure that the bid is submitted electronically by 2:00 PM on Friday, March 31, PHMC will not be responsible for bids that were submitted incorrectly. It is the responsibility of the bidder to contact the issuing office to assure the bid was received prior to the bid opening date and time. Bids received after the bid opening date and time will be rejected. 1.5 INFORMATION REQUIRED FROM BIDDER To be considered, bids must respond to all requirements and attach the documents with your electronic bid response. Any other information thought to be relevant, but not applicable to the categories below, should be provided as an attachment to the required bid information. Paper copies, s, or faxes of the attachments WILL NOT BE ACCEPTED. Submit company information to support your company has the background to support the scope of work. Submit a letter demonstrating a clear understanding of the services to be performed in Section 1.2 of the General Requirements. Submit a statement that you can provide: 1) all services noted in the "PHMC Marker Maintenance Contract Requirements (Exhibit C) and 2) a statement that you have the ability to supply the equipment listed in the PHMC Marker Maintenance Tool/Supply List (Exhibit D) Submit two (2) references, including names, addresses and addresses, and telephone numbers, who can attest to the bidder's qualifications of similar projects your company is currently supplying or has supplied in the past 2 years. Bid Addendums (if issued) must be signed and attached to the electronic response. 1.6 CONTRACT INVOICING The contractor may invoice on an as needed basis BUT all outstanding invoices for each fiscal year (July 1 - June 30) are to be submitted by August 31 st. There are two invoicing submission options: the preferred method is by to 69180@pa.gov or by mail to the address indicated in the Bill To: section on the first page of the purchase order. A copy of the invoice plus supporting documentation (Cyclical and Emergency Maintenance Action Report and Marker Maintenance Trip Logs) must also be submitted to the Program Manager. Contractor must submit itemized invoices naming each repaired marker, including county and location information and the specific repairs made to each.

5 An invoice will be approved for payment generally when historical markers are replaced back to their original location and a finalized Cyclical and Emergency Maintenance Action Report (with before and after photos noting when the sign was returned and reinstalled) has been submitted. Exceptions to this general invoicing rule may occur but only with Program Manager approval. 1.7 CONTRACT AWARD CRITERIA Contractor must be able to supply all services listed in this bid package. Contractor must receive satisfactory reference checks Contractor submitted the lowest price 1.8 TERM OF PURCHASE ORDER The term of the purchase order will commence on the Effective Date or July 1, 2017 (whichever date is later) and will terminate on June 30, The contractor shall not start the performance of any work prior to the Effective Date of the Purchase Order and the Commonwealth shall not be liable to pay the selected contractor for any service or work performed or expenses incurred before the effective Date of the purchase order. Further, the purchase order may be mutually renewed for a maximum of three (3) additional one (1) year terms. The renewal may be exercised as individual or multiple year terms. Any renewal will be under same terms and conditions. If the renewal option is executed, the optional renewal years may include negotiations for price adjustments. However, prices for any renewal periods exercised may not increase by more than three percent (3%). 1.9 REPORTING REQUIREMENTS Contractor must fill out a PHMC Cyclical and Emergency Maintenance Action Report (Exhibit A) when either cyclical or emergency maintenance is performed at the site location or the marker is removed for maintenance. If the contractor will provide maintenance at the marker location, this report will include a digital photograph prior to maintenance, GIS coordinates, specific repairs made to the marker and a digital photograph after maintenance. If the contactor must remove the marker, the report will include a digital photograph prior to maintenance, GIS coordinates and specific suggested repairs that will be made to the marker. The reports should be faxed or scanned and submitted to the Program Manager. After the maintenance has been performed and marker has been placed back at the original location, a digital photograph after maintenance and a completed Cyclical and Emergency Maintenance Action Report form must be prepared and submitted via fax or scan to the Program Manger.

6 1.10 MATERIAL PURCHASES AND TRAVEL Material purchases are allowable and may be reimbursed if contractor submits an itemized invoice for these expenses and the expenses are approved by the program manager. Since estimating the cost of materials is difficult for as needed work, materials will not be part of the bid submission. Materials will be reimbursed at cost. Contractor will be reimbursed for associated travel costs as per Management Directive , Amended. A copy of this management directive can be viewed at hi us erid=2&cached=true (left side of screen), click on management/administrative support ( ), and click on Contractor must have a schedule to coordinate the maximum number of markers to be repaired/removed in one day that is as efficient as possible. If excessive travel is suspected and unjustified by the contractor, this travel may not be reimbursed by PHMC. Travel will involve the entire state of Pennsylvania. If the contractor will be using more than two employees to complete repairs/removal, etc., a justification will be needed as to why more than two employees were needed. Contractor must complete a Marker Maintenance Trip Log (Exhibit E) for each trip (mileage to and from each marker must be noted on this form) INSURANCE REQUIREMENTS The Contractor is required to have in place during the term of the Contract and any renewals or extensions thereof, Worker s Compensation and Public, Liability and Property Damage Insurance per section V.43 CONTRACT Insurance- General in the terms and conditions of the bid and should be issued by companies acceptable to the Commonwealth and authorized to conduct such business under the laws of the Commonwealth of Pennsylvania. Other insurance that must be provided by the contractor is: Automobile Insurance: The Contractor shall also provide at its sole expense and maintain in full force and effect during the term of this agreement, automobile insurance for all personnel vehicles used by the vendor to perform services under this agreement. Prior to commencement of the work under the Contract and at each insurance renewal date during the term of the Contract, the Contractor shall provide the Commonwealth with current certificates of insurance. These certificates or policies shall name the Commonwealth as an additional insured and shall contain a provision that the coverage's afforded under the policies will not be cancelled or changed until at least thirty (30) days written notice has been given to the Commonwealth. The Commonwealth shall be under no obligation to obtain such certificates from the Contractor. Failure by the Commonwealth to obtain certificates shall not be deemed as a waiver of the Contractor s obligation to obtain and furnish certificates. The Commonwealth shall have the right to inspect the original insurance policies.

7 1.12 VENDOR/SUPPLIER REGISTRATION NUMBER The contractor must apply for a Commonwealth vendor/supplier registration number to be able to submit an electronic bid response. To register to become Commonwealth vendor, please go to PA Supplier Portal at IMPORTANT IFB DATES March 2, IFB is released March 16, 2017 by 4:00 PM- IFB questions are due March 20, IFB Bulletin and/or Answers to Questions Posted March 31, 2017 by 2:00 PM- Bid is due electronic submission only ATTACHED EXHIBITS Exhibit A - Cyclical and Emergency Maintenance Action Report Exhibit B - Specifications for Installation of State Historic Markers Exhibit C - PHMC Marker Maintenance Contract Requirements Exhibit D - PHMC Marker Maintenance Tool/Supply List Exhibit E - Marker Maintenance Trip Log

STATEMENT OF WORK. Installations, Repair and/or Maintenance of Sewage and Drain Lines. Presque Isle State Park (Erie County)

STATEMENT OF WORK. Installations, Repair and/or Maintenance of Sewage and Drain Lines. Presque Isle State Park (Erie County) STATEMENT OF WORK Installations, Repair and/or Maintenance of Sewage and Drain Lines Presque Isle State Park (Erie County) I. SCOPE OF WORK: The Pennsylvania Department of Conservation and Natural Resources,

More information

STATEMENT OF WORK COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES BUREAU OF FORESTRY DEER FENCE DISMANTLING CONTRACT

STATEMENT OF WORK COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES BUREAU OF FORESTRY DEER FENCE DISMANTLING CONTRACT STATEMENT OF WORK COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES BUREAU OF FORESTRY DEER FENCE DISMANTLING CONTRACT GROUP 2 (FOREST DISTRICTS 1, 2, 3, 4) 21 FENCES, ESTIMATED

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

REQUEST 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 information

STATEMENT OF WORK COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES BUREAU OF FORESTRY FORESTRY MOWING 18-1

STATEMENT OF WORK COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES BUREAU OF FORESTRY FORESTRY MOWING 18-1 STATEMENT OF WORK COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES BUREAU OF FORESTRY FORESTRY MOWING 18-1 FOREST DISTRICT 12 1 PROJECT; 62 ACRES (MACHINE ONLY) I. SCOPE OF

More information

STATEMENT OF WORK I. SCOPE OF WORK

STATEMENT OF WORK I. SCOPE OF WORK I. SCOPE OF WORK STATEMENT OF WORK Service for the Restoration, Installation, Construction and Rehabilitation of Historical Ornamental Gardens Ridley Creek State Park (Delaware County) The Department of

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

CHARLES COUNTY GOVERNMENT ITB NO LITTER & DEBRIS REMOVAL SERVICES

CHARLES COUNTY GOVERNMENT ITB NO LITTER & DEBRIS REMOVAL SERVICES CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 April 26, 2017 ITB NO. 17-32 LITTER & DEBRIS REMOVAL SERVICES ADDENDUM NUMBER ONE

More information

INVITATION FOR BID. Furnish: Outdoor Sign for Bowen Branch Library

INVITATION FOR BID. Furnish: Outdoor Sign for Bowen Branch Library INVITATION FOR BID Furnish: Outdoor Sign for Bowen Branch Library Company: IFB No. IFB-CL-1904 Date of Issue: July 13, 2018 Bid Due Date: August 1,2018 at 2:00p.m. IFB-CL-1904 The Detroit Public Library

More information

STATEMENT OF WORK PREVENTATIVE AND/OR CORRECTIVE Building MAINTENANCE SERVICE Materials Testing Laboratory

STATEMENT OF WORK PREVENTATIVE AND/OR CORRECTIVE Building MAINTENANCE SERVICE Materials Testing Laboratory I. SUMMARY The work under this contract will be performed at the facility located at Commonwealth of Pennsylvania, Department of Transportation, 81 Lab Lane (mailing address) and 82 Dogwood Avenue (delivery

More information

THE CORPORATION OF THE DISTRICT OF SAANICH

THE CORPORATION OF THE DISTRICT OF SAANICH THE CORPORATION OF THE DISTRICT OF SAANICH Purchasing Services Section 2 nd Floor - 770 Vernon Avenue, Victoria, BC V8X 2W7 Telephone: (250) 475-1775 Fax: (250) 475-5460 Email: purchase@saanich.ca QUOTATION

More information

STATEMENT OF WORK Exploratory Diamond-Core-Hole Drilling Program Borehole CLI035_0598

STATEMENT OF WORK Exploratory Diamond-Core-Hole Drilling Program Borehole CLI035_0598 STATEMENT OF WORK 2018 Exploratory Diamond-Core-Hole Drilling Program Borehole CLI035_0598 Bureau of Topographic and Geologic Survey Pennsylvania Department of Conservation and Natural Resources Sproul

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

More information

BID SPECIFICATION VILLAGE OF OTTAWA HILLS revised ANNUAL TREE PRUNING Fall Spring 2021

BID SPECIFICATION VILLAGE OF OTTAWA HILLS revised ANNUAL TREE PRUNING Fall Spring 2021 BID SPECIFICATION VILLAGE OF OTTAWA HILLS revised 8-17-18 ANNUAL TREE PRUNING Fall 2018- Spring 2021 I. INTENT OF THE VILLAGE It is the intention of the Village of Ottawa Hills to receive competitive sealed

More information

COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF ROCKLAND Department of General Services Purchasing Division COUNTY OF ROCKLAND Department of General Services Purchasing Division Title: Contract Period: Automotive-Glass Replacement and Repair Work for Automobiles, Trucks, and Equipment 9/29/14 through 9/28/15

More information

REQUEST FOR QUALIFICATIONS Tree Trimming & Removal Services

REQUEST FOR QUALIFICATIONS Tree Trimming & Removal Services REQUEST FOR QUALIFICATIONS 2018 Tree Trimming & Removal Services Issued by the City of Janesville Department of Public Works Operations Division 18 N. Jackson Street P.O. Box 5005 Janesville, WI 53547-5005

More information

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which

More information

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting Invitation for Bid - Moody Center for the Arts / Theatrical Lighting Bid#2016-10-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement

More information

T E N D E R Tender # T Bike Trails Parking and Pump Track

T E N D E R Tender # T Bike Trails Parking and Pump Track T E N D E R Tender # 2010-081208T Bike Trails Parking and Pump Track Sealed tenders addressed to the Purchasing Agent, c/o Materials and Fleet Management, 2 nd Floor, 175 Rothesay Avenue, P.O. Box 1971,

More information

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

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

More information

PUBLIC 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 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 information

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S.

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S. - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S. NAME OF TENDER: REPLACE WASTEWATER TREATMENT PLANT OUTFALL PIPE LOCATION OF WORK: Wastewater Treatment Plant Meteghan 8425 Hwy 1, Meteghan, NS

More information

COUNTY OF PRINCE EDWARD, VIRGINIA

COUNTY OF PRINCE EDWARD, VIRGINIA COUNTY OF PRINCE EDWARD, VIRGINIA Invitation for Bids For Stripping and Waxing of VCT Floors in County Courthouse Issue Date: Monday, April 20, 2009 Due Date and Time: Send Proposals To: All inquiries:

More information

BHP Project IFB #

BHP Project IFB # BOULDER HOUSING PARTNERS INVITATION FOR BIDS Capital Improvement Program BHP Arapahoe East Apartments Exterior Envelope Renovation including Siding Replacement, Window and Trim Replacement, Stair Tower

More information

REQUEST FOR PROPOSAL FOR:

REQUEST FOR PROPOSAL FOR: REQUEST FOR PROPOSAL FOR: Early Childhood Initiative Project Evaluator White Mountains Community College-Berlin, NH WMC15-03 PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract

More information

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent 6550 Walden Rd., Beaumont, Texas 77707 Phone: 409-842-1818 Fax: 409-842-2729 Legal Notice Advertisement

More information

River Valley Community College shall have the right to terminate the contract at any time by giving the Contractor a thirty (30) day written notice.

River Valley Community College shall have the right to terminate the contract at any time by giving the Contractor a thirty (30) day written notice. RVC13-06 REQUEST FOR PROPOSAL FOR LAWN CARE CLAREMONT AND/OR KEENE River Valley Community College One College Drive, Claremont, NH 03743 (Main Campus) 438 Washington Street, Keene, NH 03431 (Academic Center)

More information

AIA Document A103 TM 2007

AIA Document A103 TM 2007 AIA Document A103 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is the Cost of the Work plus a fee without a Guaranteed Maximum Price AGREEMENT made as of the

More information

Standard Bid Terms Table of Contents

Standard Bid Terms Table of Contents Table of Contents 1 GENERAL... 2 A SAMPLES... 2 B INTERPRETATION... 2 C FORM OF BID... 2 D BINDING BID... 2 E WITHDRAWAL OF BID... 2 F ACCEPTANCE OF BID... 3 G CONFLICTS OF INTEREST... 3 H PROTEST PROCEDURES...

More information

Berrysburg Borough Contract Specifications for Lawn Mowing and Maintenance of the Borough Square

Berrysburg Borough Contract Specifications for Lawn Mowing and Maintenance of the Borough Square Berrysburg Borough Contract Specifications for Lawn Mowing and Maintenance of the Borough Square It is the intent of the Borough to contract for mowing and maintenance services for the Borough Square areas

More information

Request for Proposal Body Repair and Painting Services for ISD Vehicles

Request for Proposal Body Repair and Painting Services for ISD Vehicles Daryl Huddleston Director of Transportation 900 S Powell Rd Independence, MO 64056 (816)521-5335 Fax (816)521-5660 Request for Proposal Body Repair and Painting Services for ISD Vehicles Proposal Due:

More information

Right to Refuse The City of Coralville reserves the right to reject any and all bids and to waive any technicalities in the bidding process.

Right to Refuse The City of Coralville reserves the right to reject any and all bids and to waive any technicalities in the bidding process. City of Coralville Coralville Parks & Recreation Invitation to Bid Turf and Horticulture Contract The City of Coralville seeks qualified bidders for a maintenance contract related to contract mowing, tree,

More information

REQUEST FOR PROPOSAL ID# For Banking Services for Lackawanna County

REQUEST FOR PROPOSAL ID# For Banking Services for Lackawanna County The County of Lackawanna Treasurers Office is requesting proposals for Banking Services. Proposals are due at 2:00PM local time Friday December 11, 2018. Proposals must be submitted to: Lackawanna County,

More information

SNOW REMOVAL. River Valley Community College - Keene Academic Center

SNOW REMOVAL. River Valley Community College - Keene Academic Center RVC15-04 REQUEST FOR PROPOSAL FOR: SNOW REMOVAL River Valley Community College - Keene Academic Center PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for River Valley Community

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

PROPOSAL FOR STREET SWEEPING SERVICES

PROPOSAL FOR STREET SWEEPING SERVICES 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017-2018 STREET SWEEPING SERVICES BID OPENING: Thursday, April 27, 2017 at 10:00 a.m. BOARD OF COUNTY

More information

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03

More information

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID 2018-119 TREE SERVICES ROSTER RESPONSE DEADLINE: Thursday, April 19, 2018, 3:00 p.m. The Kitsap County Purchasing Office

More information

REQUEST FOR BID PROPOSALS FOR DEMOLITION OF FARM STRUCTURES. Issued: March 26, 2018

REQUEST FOR BID PROPOSALS FOR DEMOLITION OF FARM STRUCTURES. Issued: March 26, 2018 Public Works Department REQUEST FOR BID PROPOSALS FOR DEMOLITION OF FARM STRUCTURES Issued: March 26, 2018 Due Date and Location of Submittals: Tuesday April 24 th, 2018 10:00am City of Sycamore- Clerk

More information

STATEMENT OF WORK JANITORIAL SERVICES KEYSTONE STATE PARK (WESTMORELAND COUNTY)

STATEMENT OF WORK JANITORIAL SERVICES KEYSTONE STATE PARK (WESTMORELAND COUNTY) STATEMENT OF WORK JANITORIAL SERVICES KEYSTONE STATE PARK (WESTMORELAND COUNTY) I. SCOPE OF WORK: The Commonwealth of Pennsylvania, Department of Conservation and Natural Resources, Bureau of State Parks,

More information

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract REQUEST FOR QUOTATIONS 2018 Tree Maintenance Program Bucket Truck and Stump Grinding Contract April 2018 Quotes shall be submitted by completing this document and placing it in a sealed, opaque envelope,

More information

Informal Solicitation #STEM_FURNITURE Fermob

Informal Solicitation #STEM_FURNITURE Fermob Informal Solicitation #STEM_FURNITURE Fermob was submitted for quotations on pre-negotiated state or cooperative contracts. Vendors were not able to purchase Fermob on such contracts. Vendors submitted

More information

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES SCOPE OF WORK This contract is executed between JEA and the Contractor to perform services including, but not limited to: labor, supervision, materials, tools and equipment, as necessary to perform plumbing

More information

Request for Proposal ACCOUNTING SERVICES BOROUGH OF BRIDGEPORT

Request for Proposal ACCOUNTING SERVICES BOROUGH OF BRIDGEPORT Request for Proposal ACCOUNTING SERVICES BOROUGH OF BRIDGEPORT SUMMARY OF REQUEST The Borough of Bridgeport is accepting proposals from qualified firms of certified public accountants to provide monthly

More information

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

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

More information

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: RFP No. DPL-CL-1904 Issued: September 25, 2018 Due Date: October 16, 2018 at 2:00 p.m. Page 2 of 11 DPL-CL-1904 The

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES The Northwest Pennsylvania Regional Planning and Development Commission (Northwest Commission) is soliciting Statements

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

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

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

AGREEMENT For Horizontal Grinding Services Between New England Recycling, and Members of the South Shore Recycling Cooperative

AGREEMENT For Horizontal Grinding Services Between New England Recycling, and Members of the South Shore Recycling Cooperative AGREEMENT For Horizontal Grinding Services Between New England Recycling, and Members of the South Shore Recycling Cooperative The following provisions shall constitute an Agreement between the South Shore

More information

Invitation for Bid. Purchase of Live Floor Trailer

Invitation for Bid. Purchase of Live Floor Trailer CITY OF BRENHAM, TEXAS Invitation for Bid Purchase of Live Floor Trailer IFB Number: 18-005 (REBID) Response Deadline: 3:00 P.M. (CST), Friday, February 9, 2018 Responses will be opened on this date and

More information

STATEMENT OF WORK PORTABLE TOILETS & SEPTIC SYSTEM WASTE REMOVAL SERVICES IFB , SUPPLEMENTAL BID 1

STATEMENT OF WORK PORTABLE TOILETS & SEPTIC SYSTEM WASTE REMOVAL SERVICES IFB , SUPPLEMENTAL BID 1 A. CONTRACT SCOPE/OVERVIEW: This Invitation for bid (IFB) (identified here and in the other documents as the Contract ) will cover the requirements of the Commonwealth of Pennsylvania agencies (Statewide)

More information

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE EXHIBIT 1 Solicitation Date: PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED

More information

ADVERTISEMENT FOR BID

ADVERTISEMENT FOR BID ADVERTISEMENT FOR BID The Yurok Tribe is soliciting proposals for radio communication equipment from qualified vendors in response to this solicitation package. The Yurok Tribe hereby invites you to submit

More information

Cypress-Fairbanks Independent School District

Cypress-Fairbanks Independent School District Cypress-Fairbanks Independent School District Bid Information Contact Information Ship to Information Bid Owner Olivia Ledesma - Bid Coordinator Address 12510 Windfern Rd. Address Various Campuses Email

More information

REQUEST FOR PROPOSAL FOR: Bid #MCC19-03 Rubber Flooring Tile and Installation Manchester Community College

REQUEST FOR PROPOSAL FOR: Bid #MCC19-03 Rubber Flooring Tile and Installation Manchester Community College REQUEST FOR PROPOSAL FOR: Bid #MCC19-03 Rubber Flooring Tile and Installation Manchester Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for Manchester Community

More information

Town of South Bruce Peninsula. Quotation PW Sale of Hardwood Logs

Town of South Bruce Peninsula. Quotation PW Sale of Hardwood Logs Town of South Bruce Peninsula Quotation PW 17-03 Sale of Hardwood Logs Town of South Bruce Peninsula Quotation PW 17-03 Sale of Hardwood Logs The Town of South Bruce Peninsula is requesting quotations

More information

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP REQUEST FOR PROPOSALS FOR PROFESSIONAL CONSULTING SERVICES RFP 252018 Town of Scarborough P.O. Box 360 259 U.S. Route One Scarborough, Maine 04070-0360 Released on April 12, 2018 Proposals Due on May 7,

More information

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

COUNTY 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 information

MUNICIPALITY OF NORRISTOWN REQUEST FOR PROPOSALS (RFP): MUNICIPAL TOWING SERVICES, 2018 PROPOSAL INFORMATION

MUNICIPALITY OF NORRISTOWN REQUEST FOR PROPOSALS (RFP): MUNICIPAL TOWING SERVICES, 2018 PROPOSAL INFORMATION MUNICIPAL COUNCIL Sonya D. Sanders President Derrick D. Perry, Vice President Heather Lewis, District 2 Valerie Scott Cooper, District 3 Hakim Jones, District 4 Olivia Brady, At Large Rebecca Smith, At

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO 63144 REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES THIS IS NOT AN ORDER RFP 2015 Video Production Services Page 1 of 14 CITY OF

More information

EXHIBIT A SCOPE OF SERVICES ITB-DOT-09/ EB EMERGENCY ROADSIDE ASSISTANCE PATROL SERVICES (EMA)

EXHIBIT A SCOPE OF SERVICES ITB-DOT-09/ EB EMERGENCY ROADSIDE ASSISTANCE PATROL SERVICES (EMA) EXHIBIT A SCOPE OF SERVICES EMERGENCY ROADSIDE ASSISTANCE PATROL SERVICES (EMA) 1.0 GENERAL This scope of services describes and defines the Emergency Roadside Assistance services to be provided by the

More information

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M. THE CORPORATION OF THE DISTRICT OF SAANICH Purchasing Services Section 2 nd Floor - 770 Vernon Avenue, Victoria, BC V8X 2W7 Telephone: (250) 475-1775 Fax: (250) 475-5460 Email: purchase@saanich.ca QUOTATION

More information

NOTICE IS HEREBY GIVEN

NOTICE IS HEREBY GIVEN Ontario County Purchasing Department 20 Ontario Street Canandaigua New York 14424 www.ontario.ny.us Phone 585-396-4442 Fax 585-396-4250 NOTICE IS HEREBY GIVEN that the County of Ontario (the County ) will

More information

Appomattox River Water Authority

Appomattox River Water Authority Appomattox River Water Authority 21300 Chesdin Rd. - S. Chesterfield, VA 23803 - Phone (804) 590-1145 - Fax (804) 590-9285 ADVERTISEMENT FOR BIDS APPOMATTOX RIVER WATER AUTHORITY BID INVITATION NO: 19-0207

More information

City of Portsmouth Portsmouth, New Hampshire Public Works Department Request for Proposals # 44-11

City of Portsmouth Portsmouth, New Hampshire Public Works Department Request for Proposals # 44-11 City of Portsmouth Portsmouth, New Hampshire Public Works Department Request for Proposals # 44-11 GRINDING, HAULING & DISPOSING (RECYCLING) OF BRUSH MATERIAL The intent of this Request for Proposals is

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR Spray foam services At Wyoming County of Wyoming Animal shelter PRC # 2018009820 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the County of Wyoming

More information

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

APPENDIX - A TECHNICAL SPECIFICATIONS. JEA Fleet Services Heavy Duty Maintenance and Repair APPENDIX - A TECHNICAL SPECIFICATIONS JEA Fleet Services Heavy Duty Maintenance and Repair 1. GENERAL SCOPE OF WORK The purpose of this Invitation to Negotiate (the "ITN") is to evaluate and select a Respondent

More information

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3006DF DATE: 29 Please quote the lowest prices at which you will furnish

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

Sayreville Housing for Seniors Corporation Gillette Manor

Sayreville Housing for Seniors Corporation Gillette Manor Sayreville Housing for Seniors Corporation Gillette Manor 650 Washington Road Sayreville, NJ 08872 732-316-0177 732-721-0062 fax Request for Proposals Door Access Control Upgrades at Gillette Manor Sayreville,

More information

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: 1285-44202 HIGH POWER LINE REPAIR SERVICES Jacksonville Aviation Authority Procurement Department 14201 Pecan Park Road, 2 nd Floor Jacksonville,

More information

INVITATION TO BID. Minimum Specifications For Chip/Scrub Seal Project for 2018 for Custer County Roads Custer County, Oklahoma

INVITATION TO BID. Minimum Specifications For Chip/Scrub Seal Project for 2018 for Custer County Roads Custer County, Oklahoma Bid Number: 2018-D2-1 INVITATION TO BID NOTICE IS HEREBY GIVEN that the Board of County Commissioners of Custer County, Oklahoma will receive sealed bids either by mail and ground delivery by Friday, May

More information

Specifications Bid Medical Supplies, Equipment, Nutritional Supplements

Specifications Bid Medical Supplies, Equipment, Nutritional Supplements Specifications Bid 6100041593 Medical Supplies, Equipment, Nutritional Supplements Contract Scope/Overview: This solicitation will cover the Commonwealth s statewide requirements for Medical Supplies,

More information

REQUEST FOR PROPOSAL. Information Technology Support Services

REQUEST FOR PROPOSAL. Information Technology Support Services Request for Proposal 1 of 17 www.mdgreenview.ab.ca Box 1079, 4806-36 Avenue, Valleyview, AB T0H 3N0 (780) 524-7600, (780) 524-4307 fax REQUEST FOR PROPOSAL Information Technology Support Services Bid Closing

More information

City of Charlevoix ADVERTISEMENT FOR BIDS. Tree Trimming

City of Charlevoix ADVERTISEMENT FOR BIDS. Tree Trimming City of Charlevoix ADVERTISEMENT FOR BIDS Tree Trimming The City of Charlevoix will accept sealed proposals for the removal and disposal of hazardous limbs, dead trees and stump grinding until 10:00 am

More information

CITY OF DUNDAS, MINNESOTA CITY ENGINEER REQUEST FOR PROPOSALS (RFP)

CITY OF DUNDAS, MINNESOTA CITY ENGINEER REQUEST FOR PROPOSALS (RFP) CITY OF DUNDAS, MINNESOTA CITY ENGINEER REQUEST FOR PROPOSALS (RFP) The is requesting written proposals from professional engineering firms to provide consulting services as a City Engineer. The City expects

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS Contact: Sarah Merriman Town Clerk/Select Board Assistant Town of Middlesex 5 Church Street Middlesex,

More information

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

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

More information

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES SPECIFICATIONS. CORRUGATED CARTONS Invitation for Bid No

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES SPECIFICATIONS. CORRUGATED CARTONS Invitation for Bid No COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES SPECIFICATIONS CORRUGATED CARTONS Invitation for Bid No. 610043828 Page 1 of 6 CORRUGATED CARTONS Solicitation No. 6100043828 1. CONTRACT SCOPE/OVERVIEW:

More information

REQUEST FOR QUOTATION 2015 HYDRO BLASTING OF WADING POOLS

REQUEST FOR QUOTATION 2015 HYDRO BLASTING OF WADING POOLS Requirement The City of Ottawa, hereinafter referred to as the City, is requesting the submission of quotations to provide services, equipment and materials for the water blasting of wading pools within

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number 525 South Lawrence Street Montgomery, Alabama 36104 Repair/Restore Fire Units at Paterson Court IFB Number 2018-08 TYPE OF PROJECT: Invitation for Bids (IFB) to Repair/Restore Fire Units at Paterson Court

More information

REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING

REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING NHTI-2013-59 REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING NHTI-CONCORD S COMMUNITY COLLEGE PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for NHTI-Concord

More information

MELBA SCHOOL DISTRICT

MELBA SCHOOL DISTRICT MELBA SCHOOL DISTRICT REQUEST FOR PROPOSAL ( RFP ) FOR EPSON 595wi SHORT THROW PROJECTORS (STP) FOR MELBA SCHOOL DISTRICT NO. 136 ( MSD ) DUE: MONDAY; MAY 9, 2016 AT 12:00PM (MT) 1 Initials INVITATION

More information

Request for Proposals

Request for Proposals Request for Proposals Measure & List of New Construction for Forsyth County Proposals Will Be Received Until 12:00 Noon, Friday April 6, 2018 By The City of W-S/Forsyth Co. Purchasing Department In Room

More information

T E N D E R Tender # T Washroom Upgrades Carnegie Building

T E N D E R Tender # T Washroom Upgrades Carnegie Building T E N D E R Tender # 2010-085102T Washroom Upgrades Carnegie Building Sealed tenders addressed to the Purchasing Agent, c/o Materials and Fleet Management, 2 nd Floor, 175 Rothesay Avenue, P.O. Box 1971,

More information

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For Iredell County BID AND PROJECT REQUIREMENTS AND CONTRACT For MISC. BUILDING IMPROVEMENTS Iredell County Solid Waste 354 Twin Oaks Road Statesville, NC 28625 I N F O R M A L B I D I N V I T A T I O N #16-750-IC-03

More information

BOONE COUNTY, ILLINOIS

BOONE COUNTY, ILLINOIS BOONE COUNTY, ILLINOIS Bid Requirements for RCI-16-06 (Bid Number) Material(s) or Services: 1. Seal Coating at the Logan Avenue Campus Parking Lot. 2. Crack Filling at the Logan Avenue Campus Parking Lot.

More information

Request for Proposals. For. Financial Aid Services. Issued by: Pennsylvania State System of Higher Education Office of the Chancellor

Request for Proposals. For. Financial Aid Services. Issued by: Pennsylvania State System of Higher Education Office of the Chancellor Request for Proposals For Issued by: Pennsylvania State System of Higher Education RFP # 2010-QCC-RLG-04 Issue Date: January 22, 2010 Response Date: February 12, 2010 Table of Contents Page Part I General

More information

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID INVITATION TO BID Office of Finance 100 West First North Street Morristown, TN 37814 INTRODUCTION The City of Morristown is accepting sealed bids for demolition of properties with specifications stated

More information

SPECIFICATIONS FOR ALUMINUM STREET LIGHT POLES FOR THE ELECTRIC DEPARTMENT BROOKINGS MUNICIPAL UTILITIES BROOKINGS, SOUTH DAKOTA SEPTEMBER 2012

SPECIFICATIONS FOR ALUMINUM STREET LIGHT POLES FOR THE ELECTRIC DEPARTMENT BROOKINGS MUNICIPAL UTILITIES BROOKINGS, SOUTH DAKOTA SEPTEMBER 2012 SPECIFICATIONS FOR ALUMINUM STREET LIGHT POLES FOR THE ELECTRIC DEPARTMENT BROOKINGS MUNICIPAL UTILITIES BROOKINGS, SOUTH DAKOTA SEPTEMBER 2012 Iof6 NOTICE TO BIDDERS Sealed bids will be received by Brookings

More information

!!" #$!%&#!" ' (& ')*+!"

!! #$!%&#! ' (& ')*+! !!" #$!%&#!" ' (& ')*+!" '&$,$- 1 OVERVIEW Documents organized in accordance with Construction Specification Institute Table of Contents Relationship between Division 0 and Division 1 ODOT and City Supplement

More information

ARTICLE 8: BASIC SERVICES

ARTICLE 8: BASIC SERVICES THE SCOPE OF SERVICES ADDED BY THIS AMENDMENT IS FOR A CM AT RISK PROJECT ONLY. THE SCOPE OF SERVICES SPECIFIED BELOW INCLUDES ARTICLES 8.1, 8.3, 8.4, 8.5, 8.6, 8.7 AND 8.8. THE SERVICES SPECIFIED IN ARTICLE

More information

Boise State University Request for Quote RFQ CF Wood Floor Maintenance Services Multiple Facilities

Boise State University Request for Quote RFQ CF Wood Floor Maintenance Services Multiple Facilities Boise State University Request for Quote RFQ CF15-008 Wood Floor Maintenance Services Multiple Facilities 1 Table of Contents Title Page 1. Schedule of Events 3 2. Standard Terms and Conditions 3 3. General

More information