BOISE STATE UNIVERSITY

Size: px
Start display at page:

Download "BOISE STATE UNIVERSITY"

Transcription

1 BOISE STATE UNIVERSITY REQUEST FOR QUOTATION RFQ #MC Licensed Wrecker / Towing Services Issue Date: August 6, 2014 Closing Date August 20, 2014 Mike Carr, Senior Buyer mikecarr@boisestate.edu MC Page 1 of 13

2 Licensed Wrecker / Towing Services for Boise State University Transportation and Parking Services RFQ MC Scope 1.1 The Boise State University (hereinafter referred to as University) Parking & Transportation Services staff frequently has reason to impound vehicles parked on University property. State Qualifying reasons to tow: August 24 th, 2014-May 13 th, 2015 (During Fall and Winter Session) Monday-Thursday vehicles may be redeemed until 7:30PM the same day if the owner pays all outstanding charges against the vehicle. If any vehicles remain unredeemed as of 7:30 PM, University may contact the Towing Contractor to remove them. Friday, vehicles may be redeemed until 5:00PM the same day if the owner pays all outstanding charges against the vehicle. If any vehicles remain unredeemed as of 5:00 PM, University may contact the Towing Contractor to remove them. Saturday s vehicles may be redeemed until 2:00PM the same day if the owner pays all outstanding charges against the vehicle. If any vehicles remain unredeemed as of 2:00 PM, University may contact the Towing Contractor to remove them. May 14 th, 2015-August 23 rd, 2015 (During Summer Session) Monday Friday Vehicles thus immobilized may be redeemed until 4:00 PM the same day if the owner pays all outstanding charges against the vehicle. If any vehicles remain unredeemed as of 4:00 PM, Monday through Friday, University may contact the towing Contractor to remove them. 1.2 Special events including Sundays and holidays, vehicles may be relocated to another area on campus if parked illegally. The Contractor company will be issued the dates of these special events 14 days prior to the events. An area of a University parking lot will be blocked off for solely for the purpose of relocations. Examples of these events are: NCAA activities (Bowl Football Game, basketball tournaments, National Championship Athletic Events), BAA reserved areas, and special group activities, such as the carnivals. MC Page 2 of 13

3 1.3 Vehicles which are found to have safety violations any day of the week will not be immobilized, but relocated to another lot on campus within ¼ mile distance, or impounded. 1.4 Accordingly, there may be some work during the day, any day of the week, but the majority of work will be performed after 5:30 PM and before 9:00 PM, Monday through Friday. 1.5 It will be the responsibility of the Contractor to have the owner surrender permits in vehicles that are impounded because the permit is deemed lost/stolen. The permit is to be returned to Transportation and Parking Services. 1.6 University Transportation and Parking Services shall have the right to contract for any department on campus for the removal or relocation of vehicles at the same rate as quoted in this RFQ. 1.7 It is the intent of these specifications to describe the scope of services in sufficient detail to secure comparable quotes. All items not specifically mentioned which are necessary in order to provide full service shall be included in the RFQ and shall conform to what is provided the trade in general. 2. Indemnification and Insurance 2.1 The successful Contractor shall indemnify, hold harmless and defend Boise State University and the State of Idaho, their officers, agents and employees from and against all claims, damages, losses and expenses for bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property including loss of use resulting there from, including but not limited to attorney s fees, arising out of or caused in whole or in part by the negligent acts or omissions of the successful Contractor, anyone directly or indirectly employed by him or anyone for whose acts he may be liable, but only to the extent caused in whole or in part by negligent acts or omissions of Indemnitor. The insurance company providing coverage must be rated B+ or higher. 2.2 In addition, the successful Contractor and subcontractors, if any, must, at their sole cost and expense, procure and maintain the following levels of insurance through the term of this Contract: Prior to the commencement of the term of this Contract, the successful Contractor shall deliver or fax to the University: A certificate of insurance with respect to ALL such insurance including worker s compensation, in a form reasonably satisfactory to the University, naming the University and the State of Idaho as additional insureds and containing the written agreement of each insurance company to add the University as an additional insured and to notify the University in writing, by certified or registered mail, receipt MC Page 3 of 13

4 requested, at least ten (10) days prior to any cancellation or non-renewal of any such insurance. 3. Contactor to Comply with Laws In the performance of this Contract, the Contractor agrees that all work will be done in accordance with all government regulations, and agrees to abide by all OSHA rules and regulations, and all other existing laws, codes, rules and regulations set forth by all appropriate authorities having jurisdiction in the location where the work is to be performed. 4. Prime Contractor The Contractor awarded this Contract shall be the operator of the services described herein. No subcontractor, consignment or other transfer of service responsibilities to another party is allowed unless approved in writing by University. 5. Contractor Equipment and Equipment Operators 5.1 The Contractor s equipment and equipment operators shall comply with the requirements of the State of Idaho. All equipment used shall be registered in accordance with all applicable provisions of state, county, and city codes. Wreckers/tow vehicles must be capable of towing up to and including one-ton trucks, and must be equipped with the following: trailer dolly, motorcycle harness, and twoway radio. 5.2 The Contractor MUST submit, within seven (7) days of request by the University Parking & Transportation Services office, a copy of the current towing/storage permits issued by Ada County and by the City of Boise. 6. Service Requirements 6.1 The Contractor shall have personnel on duty or on call 24 hours a day, one hundred sixty eight (168) hours per week. 6.2 The Contractor must be able to provide thirty (30) minute response time for all non-emergency calls and immediate, fifteen (15) minutes or less, response to emergency calls. 6.3 The Contractor must have sufficient personnel and equipment to meet service demands. 6.4 The Contractor must have equipment able to enter Brady Parking Garage and the Lincoln Parking Garage on campus to tow vehicles. Height limitations are 8 feet. 6.5 The Contractor shall be responsible to the vehicle owner for the reimbursement of vehicle damages that occur during hook up, towing and storage. Dispute resolution is a matter entirely between the Contractor and vehicle owner(s). MC Page 4 of 13

5 Ordinary claim and remedy procedures apply, subject to any applicable rule(s), ordinance(s), or law(s). 7. Contractor Operator Requirements 7.1 All operators shall have a valid Commercial Driver s License (CDL) in their possession as required by statute, and when required, Commercial Driver s License with appropriate endorsements. 7.2 All operators shall operate the wrecker/tow vehicles in a safe and prudent manner. All operators shall be adequately and properly trained in all operational aspects of the wrecker/tow vehicles. The Contractor shall be responsible for the supervision and direction of the work performed by his employees. 7.3 All Contractor employees while working on University property must wear a clearly displayed photo/name identification badge (provided by the Contractor at the Contractor s cost) showing they are employees of the Contractor. 7.4 Contractor employees providing service under this Contract must have satisfactory criminal background checks maintained by the Contractor. Initial criminal background checks not older than thirty (30) days will be required to be maintained on an annual basis. 7.5 No employee convicted of theft, assault or drug use/sale will be allowed to work on this Contract. The Contractor will not allow a person with these types of convictions to perform work under this Contract. Immediately upon receipt of such conviction information, the Contractor will not allow that employee to provide service under this Contract and will notify University of that employee s change of status. Copies of criminal background checks will be made available to University upon request. 7.6 All University owned or leased property is designated as non-smoking. The smoking restriction applies to vehicles on campus and parking lots. The full policy can be found by visiting the following website: 8. Contractor Storage Facilities 8.1 The Contractor shall maintain sufficient vehicle storage facilities to adequately warehouse vehicles. Storage facilities shall comply with all city, county, state, and federal requirements. The Contractor shall comply with zoning requirements of the jurisdiction in which the storage facility is located The Contractor vehicle storage area is to be located within 3 miles of the campus. 8.2 The Contractor shall be responsible for the safekeeping of all vehicles that come into his possession. As a part of the safekeeping, the Contractor shall ensure that the interior areas of the vehicles are protected from rain and other elements by closing all operating windows. In the event windows are broken, the Contractor will seal the windows with plastic material to prevent weather damage to the vehicle s interior. MC Page 5 of 13

6 8.3 Vehicle storage facilities shall be staffed during normal business hours for the purpose of vehicle release or appraisal. Normal business hours are defined as 8:00 AM to 5:00 PM except Saturdays, Sundays, and normal holidays. At all other times, the Contractor shall have a telephone number prominently posted at the storage location for after-hours release of vehicles. 8.4 The office for reclaiming towed vehicles must be at or near the storage lot(s). Contractor shall identify the location of the office in respect to storage lot(s). 8.5 The daily storage fee shall apply to all twenty-four (24) hour periods and portions thereof, commencing from the actual date and time the vehicle entered the Contractor s storage lot. 8.6 The removal of property from a towed vehicle by the Contractor or any person acting with the Contractor s permission, express or implied, without the written permission of the vehicle s owner, or the owner s authorized agent, shall be grounds for termination of this Contract. 8.7 Any act on the part of the Contractor to disable, or further disable a vehicle towed by the Contractor shall be grounds for termination of this Contract. 8.8 The Contractor shall, on a twenty-four (24) hour per day, seven (7) day per week basis, release to the owner upon payment of all associated contractual-towing charges, any vehicle towed under this Contract within a reasonable time period not exceeding sixty (60) minutes. The sixty (60) minute time period begins when the Contractor is requested to release the vehicle. 8.9 The Contractor shall release personal property from an impounded vehicle to a person showing proof of ownership of such vehicle. The person is entitled only to that property which is not a part of or affixed to the vehicle. The Contractor shall retain the written authorization and have the person claiming personal property sign a receipt for all items released Release of Vehicles A. A vehicle towed pursuant to this section shall only be returned to the owner upon payment in full, by cashiers check, money order, debit or credit card, payable to Boise State University, Transportation and Parking Services of outstanding parking fines. A list of charges to collect from the owner will be supplied to the Tow Company by fax from Transportation and Parking Services or will be given directly to the driver of the Tow truck upon pick-up on the vehicle found in violation. B. Proof of payment is to be faxed to Transportation of Parking Services at time of payment and release of vehicle ( ). A confirmation call is also to be placed to to ensure fax was received. C. Prior to the release of the vehicle the owner shall also be responsible for the associated storage costs incurred by the Contract Company. The storage costs shall be paid directly to the Towing Company. MC Page 6 of 13

7 D. The owner must also represent proof of ownership of the vehicle, by way of photo identification consistent with the name on the vehicle registration, to the Towing Company prior to the release of the vehicle to the owner. E. Payment of citations and towing fees paid to the contracting company by violators are to be paid to Transportation and Parking Services directly every 30 days. 9. Contractor Billing and Charges 9.1 Charges for services provided will be paid directly to the Contractor by the individual(s) receiving the service. The Contractor is fully responsible for collection of all charges. University will not be responsible for non-payment of bills tendered to the individual(s). 9.2 The Contractor is fully responsible for assuring that all tow services are billed at the correct and applicable Contract rate. 9.3 The Contractor will not employ the unwarranted use of additional equipment such as dollies to boost fees. Use of additional equipment must be in accordance with the normal and acceptable practices within the trade Only those charges specified in the Contract will be allowable, except for those administrative costs based on expenses incurred by the Contractor in association with abandoned or unclaimed vehicles. If the owner of such a vehicle is located and attempts to claim his vehicle, those administrative costs may be charged to him. In no case shall the administrative costs exceed $ Administrative costs are defined as costs of obtaining DMV title and lien records, postage expenses, salvage or mechanics lien, title fees, and public notice as required by city, county, state, or federal law. If a vehicle is not claimed, the Contractor shall dispose of such a vehicle in accordance with federal, state, county and city codes. However, prior to the disposition of any vehicle, thirty (30) days notice must be provided to the Director of Transportation and Parking Services at Boise State University, 1910 University Drive, Boise, Idaho University shall not be responsible for any costs and/or charges associated with unclaimed vehicles. 9.4 The Contractor shall advise each owner or operator of a towed vehicle of the existence of this Contract with University and its maximum allowable charges, and shall provide a copy of this Contract to the owner of the towed vehicle on demand. 9.5 Towing charges paid by University will be at the rates quoted in the Contract. Vehicles authorized to be towed in error by University will only be charged the towing fee. No storage or other charges will be paid. The University Parking staff will notify the Contractor of any vehicle that was towed in error by University. The Contractor will release vehicle to the owner at no charge to the owner, and the Contractor will bill University Parking and Transportation Services for the tow fee only. 9.6 Any towing charges being paid by University will be paid via a University credit card. MC Page 7 of 13

8 9.7 No charge will be levied by the Contractor against a vehicle removed by the owner before the arrival of the Contractor s wrecker. The University Parking staff will inform the Contractor when the vehicle to be towed leaves while the Contractor s wrecker is in route. 10. Rebate Payment No rebate or commission will be required to be paid to University. 11. Contract Terms 11.1 Contingent upon acceptance of all insurance documents, this Contract shall commence on or about August 15, 2014, and terminate one year later on or about August 14, Four (4) one-year renewal options are available, exercisable at the sole discretion of University as long as pricing does not change In the event University exercises its option to renew this Contract beyond the initial one-year period, the prices for each renewal term shall be the initial prices quoted The Contract may be terminated by University without cause upon thirty (30) days written notification The Contract may be terminated immediately by University upon written notification for failure to perform Repeated complaints received by University against the Contractor will be grounds for termination at the discretion of University The State of Idaho s Standard Contract Terms & Conditions (Revised July-2014) are incorporated herein by reference as though set forth in full. These terms and conditions and instructions are located on the Internet at: Award Basis 12.1 For purposes of initial qualification, responses will be classified as (1) Potentially Acceptable or (2) Unacceptable according to a pass/fail evaluation of answers submitted for items listed in the RFQ Response Outline below. From the Potentially Acceptable responses, award will be made based on lowest overall response average. University reserves the right to consider information obtained from other sources in the pass/fail. The pass/fail decision is at University s discretion only and not subject to appeal Averages will be calculated based on the following weighted-fee formula: Sixty-five percent (65%) for Basic Tow Service Fee. For purposes of evaluation, the Basic Tow Relocates will be included in this category Twenty percent (20%) for Basic Tow and Dolly Service Fee. For purposes of evaluation, the Basic Tow and Dolly Relocates will be included in this category. MC Page 8 of 13

9 Ten percent (10%) for Vehicle Storage Fee Five percent (5%) for Open Lot After Hours Fee. 13. RFQ Response Outline 13.1 It is REQUIRED that all responses include complete answers to the following six (6) items. Failure to comply may result in your response being found nonresponsive and removed from further consideration References: Send out Reference Questionnaires to at least three (3) references per detailed instructions provided in Appendix B. These references must be for jobs similar in size and scope as described in this RFQ and for services performed in the last five (5) years, which must reflect at least three (3) consecutive years of work. It will be your responsibility to make sure three (3) positive questionnaires are returned to University as requested. (Required of subcontractors as well.) NOTE: References will NOT be accepted from anyone employed by Boise State University or from companies you own or from companies that are legally connected to you/your company/the company you work for Wrecker/Tow Truck Equipment: Provide the following information for each vehicle that may be used in the course of this Contract: registered owner s name; license number; make/model/year; and description of equipment Office/Yard/Storage Locations: Provide addresses for each location Office Proximity to Storage Facilities: State the distance in feet/yards/miles from the office to the farthest storage yard being utilized under the terms of this Contract Holidays: State the holidays from August 15, 2014 through August 14, 2015, for which your company is not open during normal business hours of 8 AM to 5 PM, Monday through Friday Insurance Certificates: Submit current "representative copy" of insurance certificates showing requested levels of insurance per Section Signature Page: The Signature Page shall be completely filled out and signed by an official who has full authority to enter into a Contract. MC Page 9 of 13

10 14. Cost Schedule 14.1 Must supply quote on all items. Prices shall be submitted ONLY for the service items listed below. The tow fees shall include all costs for dollies, winching, standby time, tire changing, dropping driveline, and any other services required to perform the tow Basic Tow Service Fee $ /per tow Basic Tow $ /per relocate for 1 st relocated vehicle Basic Tow $ /per relocate for add l vehicles relocated at same time Relocations for special events $ /per hour 14.3 Basic Tow & Dolly Service Fee $ /per tow Basic Tow & Dolly $ /per relocate for 1 st relocated vehicle Basic Tow & Dolly $ /per relocate for add l vehicles relocated at same time 14.4 Daily Storage Fee $ /per 24-hour period or portion thereof 14.5 Open-Lot, After-Hours Fee $ /hr (other than normal business hours) MC Page 10 of 13

11 SIGNATURE PAGE THIS SHEET MUST BE FILLED, SIGNED OUT AND RETURNED WITH QUOTE IF SUBMITTING BID VIA FAX THE UNDERSIGNED HEREBY OFFERS TO SELL TO BOISE STATE UNIVERSITY THE SPECIFIED PROPERTY AND/OR SERVICES, IF THIS QUOTE IS ACCEPTED WITHIN A REASONABLE TIME FROM DATE OF CLOSING, AT THE PRICE SHOWN IN OUR QUOTE AND UNDER ALL THE TERMS AND CONDITIONS CONTAINED IN, OR INCORPORATED BY REFERENCE, INTO THE BOISE STATE UNIVERSITY S SOLICITATION. SUBMISSION OF A QUOTE TO BOISE STATE UNIVERSITY CONSTITUTES AND SHALL BE DEEMED AN OFFER TO SELL TO BOISE STATE UNIVERSITY THE SPECIFIED PROPERTY AND/OR SERVICES AT THE PRICE SHOWN IN THE QUOTE AND UNDER THE STATE OF IDAHO S TERMS AND CONDITIONS. AS THE UNDERSIGNED, I ALSO CERTIFY I AM AUTHORIZED TO SIGN THIS QUOTE FOR THE VENDOR AND THE QUOTE IS MADE WITHOUT CONNECTION TO ANY PERSON, FIRM, OR CORPORATION MAKING A QUOTE FOR THE SAME GOODS AND/OR SERVICES AND IS IN ALL RESPECTS FAIR AND WITHOUT COLLUSION OR FRAUD. NO LIABILITY WILL BE ASSUMED BY BOISE STATE UNIVERSITY FOR A VENDOR S FAILURE TO OBTAIN THE TERMS AND CONDITIONS IN A TIMELY MANNER FOR USE IN THE VENDOR S RESPONSE TO THIS SOLICITATION OR ANY OTHER FAILURE BY THE VENDOR TO CONSIDER THE TERMS AND CONDITIONS IN THE VENDOR S RESPONSE TO THE SOLICITATION. Respond by fax or to: Mike (208) mikecarr@boisestate.edu Please complete the following information: VENDOR (Company Name) ADDRESS CITY STATE ZIP CODE TOLL-FREE # PHONE # FAX # FEDERAL TAX ID / SSN # SIGNATURE PAGE MUST BE SIGNED & RETURNED FOR QUOTE TO BE CONSIDERED. Signature Please type or print name Date Title MC Page 11 of 13

12 APPENDIX B REFERENCE QUESTIONNAIRE Towing Contract QUOTING VENDOR: DATE: REFERENCE: PHONE: CONTACT NAME: TITLE: I. INSTRUCTIONS A. Quoting Vendor 1. Print your company name on Quoting Vendor line. 2. Print the name of your reference on Reference line. 3. Send this form to your references. Three (3) references are required. To ensure receipt of an adequate number of reference responses, send a Reference Sheet to more than three (3) vendors. 4. These references must be for jobs similar in size and scope as described in this RFQ and for services performed in the last five (5) years, which must reflect at least three (3) consecutive years of work. 5. It will be your responsibility to follow up with your references to ensure timely receipt of all questionnaires. 6. NOTE: References will not be accepted from anyone employed by Boise State. B. Reference 1. Print the responding individual s name, title, phone # and date on appropriate lines. 2. Mail or fax your completed questionnaire to: Boise State University Fax # Attn: Nancy Schwend 1910 University Drive Boise ID This completed questionnaire MUST be received by August 17,2009 5PM, MST. 4. DO NOT return this questionnaire to the Quoting Vendor. II. QUESTIONS A. What is the average number of tows the Quoting Vendor performed for you annually? B. For how long and when was this service performed at your facility? C. Was the response time of this vendor within 30 minutes or 15 minutes if emergency? D. Was there unwarranted use of a dolly or other equipment? MC Page 12 of 13

13 E. Are problems resolved quickly and to your satisfaction? F. Was contractor personnel professional and courteous in all dealings with them? G. Was contractor personnel adequately trained whether office personnel or other? H. Did contractor safeguard vehicles (close/cover open/broken windows; lock doors? I. Were there complaints of break-ins or vandalism to vehicles while in contractor storage? J. Was it easy to claim a vehicle after hours (within 60 minutes of calling)? K. Were vehicles damaged during the towing process? L. Did customers legitimately complain of being overcharged? M. What would you do differently the next time you undertake a similar contract? N. Explain why you would or would not do business with this vendor again. MC Page 13 of 13

Request for Quote RFQ CF Window Cleaning at Boise State University Stueckle Sky Center

Request for Quote RFQ CF Window Cleaning at Boise State University Stueckle Sky Center Request for Quote RFQ CF14-148 Window Cleaning at Boise State University Stueckle Sky Center 1. SCHEDULE OF EVENTS RFQ issue date June 16, 2014 Mandatory Walk-Through June 24, 2014 Publication of Questions/Answers

More information

POLICE TOW SERVICE THREE (3) YEAR CONTRACT NOTICE TO BIDDERS

POLICE TOW SERVICE THREE (3) YEAR CONTRACT NOTICE TO BIDDERS March 18, 2013 POLICE TOW SERVICE THREE (3) YEAR CONTRACT NOTICE TO BIDDERS Sealed bids will be received by the City of Scottsbluff, 2525 Circle Drive, Scottsbluff, Nebraska at the City Clerk's Office

More information

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,

More information

INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES

INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES BIDDER INSTRUCTIONS Montrose County is accepting sealed bids from qualified vendors to provide vehicle towing, impound, and storage services for

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

To establish a policy for towing and storage services to be used by the City of West Kelowna and the West Kelowna RCMP Detachment.

To establish a policy for towing and storage services to be used by the City of West Kelowna and the West Kelowna RCMP Detachment. CITY OF WEST KELOWNA COUNCIL POLICY MANUAL Pages: 1 of 5 Approval Date: January 9, 2018 SUBJECT: TOWING AND STORAGE SERVICE POLICY Purpose: To establish a policy for towing and storage services to be used

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 THIS IS NOT AN ORDER!! DATE: April 19, 2013 REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 R.F.Q. NO. 14-02 Return quotes to: Tanya Adams, Recycling Coordinator

More information

TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # Enhanced Code Enforcement Officer

TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # Enhanced Code Enforcement Officer TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # 17-002 Enhanced Code Enforcement Officer INTRODUCTION Town of Eatonville, a municipality of the State of Florida, seeks the submittal of

More information

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION 1.1 General: The intent of these specifications is to provide the Town

More information

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

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

More information

Invitation To Bid. for

Invitation To Bid. for PLYMOUTH TOWNSHIP POLICE DEPARTMENT Thomas J. Tiderington, Chief of Police 9955 N Haggerty Rd Plymouth, MI 48170 (734) 354-3232 Invitation To Bid for TOWING SERVICES Contact: Lieutenant Daniel Kudra Phone:

More information

AGREEMENT FOR WRECKER SERVICES

AGREEMENT FOR WRECKER SERVICES AGREEMENT FOR WRECKER SERVICES This agreement ( Agreement ) is entered into this day of by and between the City of Fort Mitchell, Kentucky, ( the City ) and, (the Wrecker Service ). This is a non-exclusive

More information

INVITATION TO BID (ITB)

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

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m. PUR884 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE September 6, 2017 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive proposals from qualified

More information

TOWN 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 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 information

RENTAL SPACE AVAILABLE

RENTAL SPACE AVAILABLE City of Carlisle Rental Agreement Rec Center ~ 1220 S. 5 th Street, Carlisle, Iowa 50047 Community Building ~ 35 Vine Street, Carlisle Iowa 50047 (515) 989-3224 After Hours (515) 707-2030 RESERVATIONS

More information

LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ (609) REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES

LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ (609) REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ 08204 (609) 884-3475 REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES Submission Date: Tuesday, November 25, 2014 Time: 11:00 am Purpose:

More information

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207

More information

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

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

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

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

More information

MASTER TRANSPORTATION BROKERAGE AGREEMENT

MASTER TRANSPORTATION BROKERAGE AGREEMENT MASTER TRANSPORTATION BROKERAGE AGREEMENT THIS AGREEMENT (the Agreement ), entered into on this day of, 20, between a motor contract carrier as per MC#, ( CARRIER ), and the following distinct corporate

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

Old Town Hall Facility Use Request Form

Old Town Hall Facility Use Request Form Old Town Hall Facility Use Request Form Requests will not be processed unless all 7 pages are submitted. Include proof of residency and any required insurance documentation. Applicant Information: Applicant/Organization

More information

RFQ #2766 Sale of Surplus Scrap Metal

RFQ #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 information

ATKINSON POLICE DEPARTMENT POLICY AGREEMENT. Town of Atkinson Wrecker Service Agreement

ATKINSON POLICE DEPARTMENT POLICY AGREEMENT. Town of Atkinson Wrecker Service Agreement ATKINSON POLICE DEPARTMENT POLICY AGREEMENT SUBJECT: PURPOSE OF POLICY: Town of Atkinson Wrecker Service Agreement To establish requirements of wrecker services used by the Town of Atkinson. TABLE OF CONTENTS:

More information

SOLICITATION FOR CONTINUING SERVICES CS # Lot Clearing-Code Enforcement

SOLICITATION FOR CONTINUING SERVICES CS # Lot Clearing-Code Enforcement INTRODUCTION SOLICITATION FOR CONTINUING SERVICES CS # 15-134 Lot Clearing-Code Enforcement Polk County, a political subdivision of the State of Florida, seeks the submittal of information from vendors

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

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

More information

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

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

More information

Operator Information & Certification Packet

Operator Information & Certification Packet Operator Information & Certification Packet 820 W. Jackson, Suite 815, Chicago, IL, 60607 Bus Operator Certification Packet Enclosed documents: Introduction to The BusBank Frequently Asked Questions BusBank

More information

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

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

More information

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 A. Introduction Great Parks of Hamilton County (GPHC) is requesting proposals to apply mulch

More information

HOME & GARDEN HOW. Riverside Convention Center EXHIBITOR AGREEMENT CONTRACT (Non-Transferable)

HOME & GARDEN HOW. Riverside Convention Center EXHIBITOR AGREEMENT CONTRACT (Non-Transferable) Riverside Convention Center EXHIBITOR AGREEMENT CONTRACT (Non-Transferable) 10X10 Inline $1295, 10X10 Corner $1495, 10X20 Inline $2590, 10X20 Corner $2790 50% Deposit required with contract Electric: 5

More information

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

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

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Cleveland County REQUEST FOR PROPOSAL DESCRIPTION: DORAN MILL ASBESTOS ABATEMENT AND DEMOLITION DATE OF ADVERTISEMENT: February 21, 2018 PRE-BID MEETING: March 8, 2018, 10:00am at the Doran Mill, 404 Polkville

More information

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES) Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES) This CONTRACT, made this day of August 2014, by and among Crussin Explorer Transportation Inc. d.b.a. Cline Tours, Inc. (the Contractor.) and The City

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

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016 **AMENDED** RFQ #2840 Sale of Surplus Scrap Metal PLEASE FAX YOUR QUOTE TO: RFQ NO. 2840 Send your quote to: Maria Salazar Today is: December 1, 2016 Department: Purchasing Phone: 805/875-8001 Fax Number:

More information

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Towing Services Inoperable Vehicles County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0601-1 This procurement is governed

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

RFP # 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 information

Town 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. 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 information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst

More information

REQUEST 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 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 information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

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

More information

Whereas the Contractor has entered into an agreement (the "Prime Contract") dated the, 20 with:

Whereas the Contractor has entered into an agreement (the Prime Contract) dated the, 20 with: SUBCONTRACT Job AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR This subcontract agreement (the "Agreement") made on this day of, 20. between: Aim Waste Management Inc. 400 Jones Road Stoney Creek, ON L8E

More information

SECTION IV CONTRACT BID NUMBER

SECTION IV CONTRACT BID NUMBER SECTION IV CONTRACT BID NUMBER 171006 THIS AGREEMENT made and entered into this day of, 2017, between PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY (hereinafter called the "District") and, located at

More information

GENERAL INFORMATION FOR RESERVATION OF HISTORIC VILLAGE HALL

GENERAL INFORMATION FOR RESERVATION OF HISTORIC VILLAGE HALL Village of Algonquin Historic Village Hall Reservation Policies and Application 2 South Main Street Algonquin, IL 60102 Telephone (847)658-2700 Fax (847)658-4564 www.algonquin.org The Village of Algonquin

More information

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES The following are MANDATORY TERMS to which the Contractor MUST agree without word modification.

More information

REQUEST FOR QUOTATION

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

More information

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT DECEMBER 23, 2015 Owner: King County Library System 960 Newport Way N.W. Issaquah, WA. 98027 GENERAL INFORMATION A. The Vendor is to provide all labor, material, equipment, first thirty (30) day storage

More information

Drive ago LLC Member Agreement

Drive ago LLC Member Agreement Drive ago LLC Member Agreement The following Agreement are hereby agreed to between Drive ago LLC, a Delaware Limited Liability Company ( ago ), and the Member whose name and address is set forth on the

More information

Request for Quote RFQ# Date: 02/01/2017

Request for Quote RFQ# Date: 02/01/2017 Request for Quote RFQ#2016-11 Recycling and Trash Removal Services Date: 02/01/2017 Page 1 of 9 Table 1, Key Dates in the RFQ Schedule Date Wednesday, February 1, 2017 Wednesday, February 15, 2017 @ 2:30

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

RESOLUTION EXHIBIT A NON-EXCLUSIVE FRANCHISE AGREEMENT

RESOLUTION EXHIBIT A NON-EXCLUSIVE FRANCHISE AGREEMENT RESOLUTION 2015-128 EXHIBIT A NON-EXCLUSIVE FRANCHISE AGREEMENT This Franchise Agreement ( the Agreement ) is entered into this 12th day of January, 2016, by and between the City of Fernandina Beach, a

More information

Agreement to Furnish Pupil Transportation Services

Agreement to Furnish Pupil Transportation Services Agreement to Furnish Pupil Transportation Services This Agreement, made on August 1, 2017, in the County of Los Angeles, State of California, by and between Monrovia Unified School District, hereinafter

More information

Snow Removal Services Request for Proposals December 1, April 30, 2019

Snow Removal Services Request for Proposals December 1, April 30, 2019 Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401

More information

REQUEST FOR PROPOSALS (RFP) VEHICLE TOWING AND STORAGE

REQUEST FOR PROPOSALS (RFP) VEHICLE TOWING AND STORAGE REQUEST FOR PROPOSALS (RFP) VEHICLE TOWING AND STORAGE A GENERAL INFORMATION TO CONTRACTORS 1. The City of Lynchburg (City) will grant to the winning bidder (Contractor) the right to perform towing of

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina

More information

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS REQUEST FOR PROPOSAL No. 2018-621 RESIDENTIAL CURBSIDE TEXTILE RECYCLING SERVICE The City of Conroe is seeking proposals from qualified firms

More information

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Notice to Bidders. No faxed or  ed bids will be accepted. Bids received after the closing time will not be accepted. KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at

More information

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847) GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS 60025 (847) 657-3215 DATE: March 8, 2019 SPECIFICATIONS FOR: Spin Bikes and Software BIDS RECEIVED UNTIL: March 27, 2019 2:00pm at Park Center

More information

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent   Phone: REQUEST FOR BID REQUESTOR: PROJECT: City of Georgetown 1134 North Fraser Street Georgetown, SC 29440 Contact: Daniella Howard, Purchasing Agent Email: dhoward@cogsc.com Phone: 843.545.4043 Citywide Asphalt

More information

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

More information

MIDLAND CUSD# ST. RT 17 VARNA, IL Snow Removal. Request for Bids - One year firm bid and optional three year firm bid

MIDLAND CUSD# ST. RT 17 VARNA, IL Snow Removal. Request for Bids - One year firm bid and optional three year firm bid MIDLAND CUSD#7 1830 ST. RT 17 VARNA, IL 61375 Snow Removal Request for Bids - One year firm bid and optional three year firm bid Requirements of Contractor 1. All sites must be cleared of snow and ice

More information

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL Request for Proposals (RFP) SAU #44 and the Nottingham School District REQUEST FOR PROPOSAL ( RFP ) RFP NOTT 05-17 INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL SAU #44 and the Nottingham School District

More information

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

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

More information

RFP GENERAL TERMS AND CONDITIONS

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

More information

Request for Proposals TOWING AND EMERGENCY REPAIR SERVICES ZONE 1 WESTCHESTER COUNTY, NEW YORK

Request for Proposals TOWING AND EMERGENCY REPAIR SERVICES ZONE 1 WESTCHESTER COUNTY, NEW YORK Request for Proposals TOWING AND EMERGENCY REPAIR SERVICES ZONE 1 WESTCHESTER COUNTY, NEW YORK NOTICE IS HEREBY GIVEN, that the County of Westchester will receive proposals to provide Towing and Emergency

More information

REQUEST FOR QUOTATION

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

More information

REQUEST FOR SEALED BID

REQUEST FOR SEALED BID REQUEST FOR SEALED BID The City of San Juan is requesting sealed bids for Ambulance Service. Bids are to be addressed to Carmen Gonzalez, Purchasing/Risk Manager, City of San Juan, 709 S. Nebraska Ave,

More information

STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY )

STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY ) STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY ) THIS AGREEMENT is made this day of, 20, by and between Horry County, a political subdivision of the State of South Carolina, whose Administrative

More information

Request for Proposal Number #

Request for Proposal Number # COLORADO MOUNTAIN COLLEGE Request for Proposal Number # 526-12 Parking Area Remodel Timberline Campus Due: June 26, 2012 2:00PM Buyer: Steve Boyd Purchasing and Contracts Manager 802 Grand Avenue Glenwood

More information

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES 1. GENERAL STATEMENT OF PURPOSE Scott County is soliciting proposals for the services of a qualified contractor to perform a general reassessment

More information

OFFICIAL BID SHEET. DATE: May 3, 2018

OFFICIAL BID SHEET. DATE: May 3, 2018 DATE: May 3, 2018 OFFICIAL BID SHEET BID NUMBER: 18-17 FIRM CONTRACT INVITATION Bids must be signed in Ink. Unsigned bids will not be considered. Bids are invited for the renovation of two rooms in the

More information

PLEASANTVILLE HOUSING AUTHORITY

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

More information

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

Scofield Ridge Homeowners Association

Scofield Ridge Homeowners Association Scofield Ridge Homeowners Association RFP #2012-003 Subject: Entrance Monument Design & Construction Due: March 30, 2012 2:00pm CST c/o Goodwin Management, Attn.: Debra Johnson * 11149 Research Blvd.,

More information

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following:

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following: INVITATION TO QUOTE The Regional District of Fraser Fort George invites written quotations for the following: Sanding Services ES-15-12 Closing Date: Tuesday, November 10, 2015 (10:00 a.m.) PART 1: GENERAL

More information

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

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

More information

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 http://www.asdd.com/ WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 WHEN: 10:00 A.M., CDT, March 16, 2016 INSPECTION: REQUIREMENTS: By appointment between the hours of 9:00 A.M. and 3:00

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

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

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

More information

NEW JERSEY PROVIDER AGREEMENT

NEW JERSEY PROVIDER AGREEMENT NEW JERSEY PROVIDER AGREEMENT Provider ID: Effective Date: This Agreement is made by and between Conduent State & Local Solutions, Inc. a New Jersey Corporation, (hereinafter CONDUENT ) and, a corporation,

More information

Invitation to Bid (ITB) for Athletic Trainers Services

Invitation to Bid (ITB) for Athletic Trainers Services Board of Education 157 W. Washington Street West Chicago, IL 60185 Invitation to Bid (ITB) for Athletic Trainers Services The Board of Education of is accepting sealed bids for Athletic Trainer Services.

More information

School Name (one per application): Athletic Field (list type) : Number requested: (For athletic events-check one): practice/game tournament

School Name (one per application): Athletic Field (list type) : Number requested: (For athletic events-check one): practice/game tournament PERMIT NUMBER: APPLICATION and AGREEMENT for USE OF SCHOOL FACILITIES ANAHEIM UNION HIGH SCHOOL DISTRICT 501 Crescent Way Anaheim, CA 92801 714/999-2189 (office) 714/520-5741 (fax) School Name (one per

More information

I 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 # 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 information

CITADEL PROPERTY MANAGEMENT GROUP, INC. MANAGEMENT SERVICES CONTRACT

CITADEL PROPERTY MANAGEMENT GROUP, INC. MANAGEMENT SERVICES CONTRACT CITADEL PROPERTY MANAGEMENT GROUP, INC. MANAGEMENT SERVICES CONTRACT This agreement (the Agreement ) is made and entered into this day of, 201 by and between the association known as (the Association ),

More information

INDEPENDENT CONTRACTOR/VENDOR AGREEMENT

INDEPENDENT CONTRACTOR/VENDOR AGREEMENT INDEPENDENT CONTRACTOR/VENDOR AGREEMENT This Agreement, made on ( Effective Date ) by and between Owner Representative: HomeRiver Group (Hereinafter Owner s Representative ) and Contractor: (Hereinafter

More information

APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT

APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT MONROE COUNTY WATER AUTHORITY WATER DISTRICT MAIN EXTENSION AGREEMENT This WATER DISTRICT MAIN EXTENSION AGREEMENT ( Agreement ) by the MONROE COUNTY

More information

CONSTRUCTION AGREEMENT

CONSTRUCTION AGREEMENT CONSTRUCTION AGREEMENT THIS AGREEMENT, made and entered into this First (1 st ) day of January, 2017 until December 31, 2017 by and between HABITAT FOR HUMANITY OF PINELLAS COUNTY, INC., hereinafter called

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

Contractor Operating Agreement & Equipment Lease

Contractor Operating Agreement & Equipment Lease This agreement is entered into this day of, 200 between l USDOT # (herein Carrier") and of (herein, "Contractor") for the purpose of establishing the parties relationships as to the performance of motor

More information

INDEPENDENT CONTRACTOR AGREEMENT FOR TRUCKING SERVICES THE PARTIES:

INDEPENDENT CONTRACTOR AGREEMENT FOR TRUCKING SERVICES THE PARTIES: INDEPENDENT CONTRACTOR AGREEMENT FOR TRUCKING SERVICES THE PARTIES: NEW Cooperative, Inc. [ NEW Coop ] [ Contractor ] 2626 1 st Avenue South Print full legal name (individual or entity) Fort Dodge, IA

More information

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES SECTION I GENERAL INFORMATION A. INTRODUCTION/BACKGROUND The Coral Gables Retirement Board (hereafter Board ) is requesting

More information

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

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

More information