MASSACHUSETTS PORT AUTHORITY

Size: px
Start display at page:

Download "MASSACHUSETTS PORT AUTHORITY"

Transcription

1 MASSACHUSETTS PORT AUTHORITY Purchasing Department Logan Office Center One Harborside Drive Suite 200 S East Boston, MA REQUEST FOR PROPOSAL #5846 Janitorial Supplies Authority Wide RESPONSE DUE DATE: March 3, 2017 by 1:00 PM 1

2 REQUEST FOR PROPOSAL #5846 Janitorial Supplies CONTENTS Section 1 General Overview provides background information, definitions, a description of the required services, and other pertinent information. Section 2 Instructions to Proposers outlines specific instructions and procedures relating to the Proposal process. Section 3 The Proposal Form dictates the form of the response to Massport s Request for Proposal (RFP). Sections 1, 2 and 3, along with all referenced attachments, comprise the complete RFP package. [Remainder of page intentionally left blank] 2

3 TABLE OF CONTENTS 1. GENERAL OVERVIEW Project Background Locations Proposal Objectives Scope of Services Agreement Term Non-Discrimination and Diversity Policy Business Diversity Impacted Community Business Participation Insurance Requirements INSTRUCTIONS TO PROPOSERS Procedure Written Questions Proposal Submission Evaluation Criteria Proposer Changes Signature of Proposer Withdrawal of Proposals Rejection of Proposals Notification of Award Execution of the Agreement(s) Delivery of Proposals Addenda Information Provided Conflict of Interest Confidentiality/Public Records No Personal Liability PROPOSAL FORM Background Information Experience Staffing Plan Acknowledgments... LIST OF ATTACHMENTS 3

4 Reference Information Form... A Scope of Services and Proposed Contract Prices... B Certificate of Compliance of Law... C Sample Agreement... D TWIC information... E [Remainder of page intentionally left blank] 4

5 1. GENERAL OVERVIEW REQUEST FOR PROPOSAL #5846 Janitorial Supplies 1.1 Project Background The Massachusetts Port Authority ( Massport or the Authority ) invites Proposals from qualified firms interested in entering into a Service Agreement for the Janitorial Supplies at one or more of the following locations outlined in Section 1.2. These services and locations are more fully detailed in Attachment B. 1.2 Location The following list details the current locations for which Massport is seeking JANITORIAL SERVICES: Logan International Airport Central Stockroom East Boston, MA Hanscom Field Bedford, MA Fish Pier - South Boston, MA Parks East Boston, MA Conley Terminal - South Boston, MA Black Falcon Cruise Terminal - South Boston, MA Worcester Regional Airport - Worcester, MA The Authority reserves the right to add or remove locations at its sole discretion during the Term of the resulting Agreements. 1.3 Proposal Objectives The Authority s objective is for the contractor(s), in concert with the Authority, to provide service in a timely manner that is efficient and meets the additional requirements of the Authority set forth below: A) Is customer-service oriented; B) Is cost effective for the Authority; C) Environmentally conscience/friendly; and D) Is maintained in a way that is safe for users of the locations and for members of the general public. 1.4 Scope of Services The Authority is inviting Proposals from qualified firms interested in entering into one or more Agreements for the provision of Janitorial Supplies listed in Attachment B. 5

6 1.5 Agreement Term The Authority intends to enter into one or more Agreements for the services listed in Attachment B Scope of Services. The term of each Agreement shall be three (3) years and two (2) one (1) year options to extend. The Authority reserves its rights with regard to earlier termination of the Agreement in accordance with the terms therein. 1.6 Non-Discrimination, Compliance with Civil Rights Laws and Business Diversity Proposer shall not discriminate against any person, employee or applicant for employment because of that person s membership in any legally protected class, including but not limited to their race, color, gender, religion, creed, national origin, ancestry, age being greater than forty years, sexual orientation, gender expression and identity, disability, genetic information, or veteran status. Proposer shall not discriminate against any person, employee, or applicant for employment who is a member of, or applies to perform service in, or has an obligation to perform service in, a uniformed military service of the United States, including the National Guard, on the basis of that membership, application, or obligation. 1.7 Business Diversity Massport highly values the perspectives and varied experiences found within a diverse workforce. Massport recognizes that a mutually beneficial relationship with a diverse base of quality, cost-effective businesses enhances our business and our competitiveness. Utilizing qualified minority and women-owned business enterprises ( MBE/WBE s ) is a critical part of our diversity program. Massport encourages MBE/WBE s to pursue business opportunities with us directly and encourages vendors, and tenants to promote diversity in all of their business activities. Although, the Authority has not established a specific goal for this contract, participation by MBE/WBE s minority is encouraged and the successful respondent may be required to provide information related to participation by MBE/WBE s, if any, during the term of the Agreement. The Authority is committed to diverse participation in the Authority s business activities. The Authority encourages the utilization of qualified minority and women-owned business enterprises ( MBEs/WBEs ). The terms Minority-Owned Business Enterprise and Women- Owned Business Enterprise refer to businesses that meet the certification criteria of, and are certified by, the Massachusetts Department of Economic Development/Supplier Diversity Office (SDO), as set forth in 425 CMR section 2.2 et. seq. or that meet the certification criteria of, and are certified by, the Greater New England Minority Supplier Development Council ( GNEMSDC ). 1.8 Impacted Community Business Participation The Authority encourages and supports economic opportunities for residents and businesses located within those communities most directly impacted by the operation of the Authority s facilities. Those communities are South Boston, East Boston, Chelsea, Revere, Winthrop and Charlestown. The term Impacted Community Business Enterprise (ICBE) is defined as an enterprise, which has a principal place of business in one of the impacted communities. The Authority encourages Proposers to use ICBEs in the award of subcontractors and in the 6

7 procurement of materials, equipment, and services and to provide the Authority with the information regarding their voluntary efforts to contract and to use ICBEs. Upon request by the Authority, the successful Proposer must provide information related to ICBE expenditures. 1.9 Insurance Requirements The Authority will require the successful Proposer to provide, at its own cost, the insurance coverage set for the in Article 4 of Attachment D, Sample Service Agreement. [Remainder of page intentionally left blank] 7

8 REQUEST FOR PROPOSAL #5846 Janitorial Supplies 2. INSTRUCTIONS TO PROPOSERS This section provides instructions for the preparation of a response to this RFP. It describes the Proposal process, including a list of important dates, and describes the deliverables required in the Proposal. This section also describes the evaluation criteria to be used in selecting the successful contractor(s). The Authority is soliciting competitive Proposals pursuant to a determination that such a process best serves the interest of the Authority and the general public, and not because of any legal requirement to do so. The Authority reserves the right to accept one or more of the Proposals, to award the entire contract or portions of the contract to one or more Proposers, to reject any or all Proposals, to waive any informality of the Proposal or the Proposal form, to modify or amend with the consent of the Proposer any Proposal before acceptance, and effect any contract otherwise, all as the Authority in its sole judgment may deem to be in its best interest. 2.1 Procedure The attached Proposal Forms in Section 3 require Proposers to submit information in the following categories: Background Information; Experience; Fee Schedule and Contract Price; Staffing Plan; and where applicable, MBE/WBE and ICBE information. Every Proposal must be made upon the forms attached hereto (or on attachments to the extent the Proposer requires additional space.) Proposal submissions must also include the following required forms, all of which are attached: 1) Attachment A Reference Information Form (3 separate forms) 2) Attachment B Proposed Contract Price for Each Service Proposers are strongly encouraged, but are not required to submit information regarding their utilization of MBE/WBE and/or ICBE s. The Authority s staff will evaluate the competing Proposals in each of the categories listed above, the information provided on the Proposal Forms, and the responsiveness of the RFP to the Evaluation Criteria listed in Section 2.4, and will determine, in its sole discretion, which Proposal best serves the overall interests of the Authority, taking into account all categories of the evaluation. Unless otherwise notified in writing by the Authority, the Contact Person for all information and/or questions pertaining to this RFP shall be: Beth Murphy / (fax) BMurphy2@massport.com 8

9 2.2 Written Questions Any questions must be submitted in writing to Beth Murphy and will be answered by the Authority in writing. Please note that the deadline for written questions from Proposers is February 27, 2017, by 3:00 PM. Responses to written questions will be provided to all prospective Proposers who download the RFP. 2.3 Proposal Submission By submitting a Proposal, Proposer agrees that if the Authority makes an award to Proposer, the Proposer may be required to enter into one or more agreements in the form attached hereto as Attachment D. The draft Agreement may be modified only as deemed necessary or desirable by the Authority s Chief Legal Counsel. Certain portions of the final Agreement shall be completed in accordance with the terms of the successful Proposal. 2.4 Evaluation Criteria The Authority will consider, at a minimum, the following evaluation criteria: The quality of the firm s written proposal and information contained therein; The firm s proposed bid in light of the Authority s budgetary requirements; Experience and qualifications of the management team for similar operations; Demonstrated experience working with the Authority or other public agencies, Responsiveness of the Proposal to the RFP guidelines; Geographic location, availability and demonstrated commitment of the contractor s agreement manager and other key personnel; Past performance for and recommendations from other public and private clients; and Ability to implement the most efficient, financially viable, customer service-oriented, environmentally conscience and operationally compatible services in furtherance of the Authority s interests. 2.5 Proposer Changes In completing the Proposal form, the Proposer should not add, delete, or vary any of the terms or conditions of any documents prepared by the Authority. If the Proposer makes any changes to any of the documents, the Authority may reject the Proposal in its sole discretion. However, if the Proposer seeks a change to any of the documents, including the draft Agreement, the Proposer should suggest such changes in an addendum to the Proposal Form. The Authority reserves the right to accept or reject any suggested changes to any of the documents in its sole discretion. 9

10 2.6 Signature of Proposer The firm, joint venture, corporation, or individual name of the Proposer must be completed by the Proposer in the space provided for the signature on Section 3, Proposal Form. In the case of a corporation, the title of the officer signing must be stated and each officer signing must be duly authorized. The name and address of each officer of the corporation must also be listed, as well as the state of incorporation, and the name and address of the local statutory agent. In the case of a partnership, the signature of at least one of the authorized partners must follow the firm name, using the term member of firm. In the case of a joint venture, an authorized representative from each partner or venture should sign and the manner of signature shall depend on whether the venture is a corporation, partnership or individual. All Proposals must contain the true name and address of every person, firm, joint venture, or corporation who has or will have a direct or indirect interest in the Proposal. 2.7 Withdrawal of Proposal No Proposal may be withdrawn after it is submitted to the Authority unless the Proposer makes the request in writing, prior to March 3, 2017, at 1:00 PM, to Beth Murphy at BMurphy2@massport.com. 2.8 Rejection of Proposal The Authority is soliciting competitive Proposals pursuant to a determination that such a process best serves the interests of the Authority and the general public and not because of any legal requirement to do so. The Authority reserves the right to accept or to reject any or all Proposals, to withdraw this Request for Proposal at any time, to amend the Request for Proposal prior to the deadline for receipt of Proposals, to initiate negotiations with one or more Proposers, to modify or amend with the consent of the Proposer any Proposal prior to acceptance, to waive any informality and to effect any agreement otherwise, all as the Authority in its sole judgment may deem to be in its best interest. The Authority is not required to select the lowest expense Proposal, but, rather, will select the Proposal that is most responsive to the Authority s needs based on (1) a demonstrated ability to successfully provide this type of service; (2) a thoughtful and thorough response to the criteria specified in this Request for Proposal; and (3) the Proposal deemed to be in the best interest of the Authority. The Authority reserves the right to reject any and all Proposals, for any reason, if the Authority believes it is in its best interest to do so. The Authority will not award the Agreement to any Proposer who is not capable, in the Authority s judgment, of satisfactorily performing the work required under this Request for Proposal. No costs of responding to this Request for Proposal, any addenda or other documents or attendance at meetings in connection with this Request for Proposal shall be reimbursed by the Authority. The rejection of any Proposal in whole or in part will not render the Authority liable for incurred costs and/or damages. 2.9 Notification and Award The chosen Proposer or Proposers shall be notified in writing. All unsuccessful Proposers will be notified after the chosen Proposer has been notified. Non-acceptance of any Proposal will be devoid of criticism and of any implication that the Proposal was deficient. The Authority s nonacceptance of any proposal shall mean only that the Authority deemed another Proposal to be 10

11 more advantageous to the Authority. The Authority shall retain copies of all Proposal and support material Execution of Agreement(s) The Proposer or Proposers to whom one or more Agreement(s) are awarded shall, within ten (10) calendar days after receipt, execute and return said Agreement(s) to the Authority. A sample Agreement is attached to this Request for Proposal as Attachment D Delivery of Proposal An original and (10) ten copies of your sealed Proposal shall be received in hand by the Authority at or prior to March 3, 2017, at 1:00 PM to the attention of Rachida Mahrouda, Central Services Administrative Assistant, and must be delivered via overnight or hand delivery to the following address. Electronic Proposals will not be accepted. Rachida Mahrouda, Central Services Administrative Assistant Massachusetts Port Authority Logan Office Center One Harborside Drive Suite 200S Bid #5846 Janitorial Supplies East Boston, MA All Proposal must be delivered in sealed envelopes bearing on the outside the name and address of the Proposer and a notation Janitorial Supplies, Bid #5846. The envelope bearing the original proposal must be clearly marked. All Proposals will be time and date stamped upon receipt by Massport. Proposal received after the time and date stated above will be marked as late. Electronic Proposals will not be accepted. Proposal must be responsive to this RFP in all respects. The Proposal must be sufficiently detailed to enable the Authority to evaluate and assess it in relation to the Authority s evaluation criteria. All information requested should be included in the Proposal at the time of submission. Although the Authority is not obligated to evaluate incomplete submissions, or to accept additional and supplemental materials, it may choose to do so. Once submitted to the Authority, Proposal will become the property of the Authority Addenda All interpretations of the Proposal specifications and supplemental instructions will be in the form of written Addenda to these Proposal documents which, if issued, will be delivered or mailed to all prospective Proposers who download the RFP. 11

12 2.13 Information Provided The information contained in this RFP and in any subsequent addenda or related documents is provided as general information only. The Authority makes no representations or warranties that the information contained herein is accurate, complete or timely. The furnishing of such information by the Authority shall not create any obligation or liability whatsoever, and each Proposer expressly agrees that it has not relied upon the foregoing information and shall not hold the Authority liable therefore Conflict of Interest The Authority seeks to avoid any conflict of interest, or the appearance of a conflict of interest. Each Proposer is advised that its performance of work for Massport may raise questions about real or perceived conflicts of interest because of the Proposer s relationship to other entities or individuals, including without limitation: (1) private and public owners of companies that may be affected by the project, and/or (2) other state-created entities with potential conflicting interests and/or concerns. Accordingly, the Authority reserves the right to: (1) disqualify any Proposer or reject any Proposal at any time solely on the grounds that a real or perceived legal or policy conflict of interest is present; (2) require any Proposer to take any action or supply any information necessary to remove the conflict, including without limitation, obtaining an opinion from the State Ethics Commission; and (3) terminate any contract arising out of this solicitation if, in the opinion of the Authority, any such relationship would constitute or have the potential to create a real or perceived conflict of interest that cannot be resolved to the satisfaction of the Authority. In addition, representatives and/or employees of the Proposer may be required to certify from time to time, in a form approved by the Authority, that in connection with work under any contract arising from this RFP, that they are in full compliance with the provisions of Chapter 268A of Massachusetts General Laws and any other applicable conflict of interest laws. The Proposer agrees to disclose in writing any facts the Authority may seek in order to resolve questions about potential conflicts of interest occurring during the period of solicitation of performance hereunder and, upon request of the Authority, describe on-going relationships between any party to the Proposer s team and suppliers and manufacturers of equipment which may be deployed in the provision of the services outlined in this RFP Confidentiality/Public Records Any information provided to the Authority in any Proposal or other written or oral communication between the Proposer and the Authority will not be, or deemed to have been, proprietary or confidential, although the Authority will use reasonable efforts not to disclose such information to persons who are not employees or consultants retained by the Authority except as may be required by M.G.L. c No Personal Liability Neither the members of the Authority, nor any individual member, officer, agent or employee of the Authority shall be charged personally by the Proposer with any liability under any term or provision of the Request for Proposal. 12

13 REQUEST FOR PROPOSAL #5846 Janitorial Supplies 3. PROPOSAL FORM An original and (10) ten copies of each Proposal, including attachments, shall be received in hand by the Authority at or prior to March 3, 2017 at 1:00 PM to: Overnight or Hand Delivery to: Rachida Mahrouda, Central Services Administrative Assistant Massachusetts Port Authority Logan Office Center One Harborside Drive Suite 200S Bid #5846 Janitorial Supplies East Boston, MA DIRECTIONS FOR COMPLETING THE PROPOSAL FORM: All items must be completed and numbered in the order in which they appear. Additional sheets, referenced by item number, should be attached where space is insufficient for a full answer. Charts, diagrams, material boards and exhibits may be utilized if desired. 3.1 Background Information a. Address, Name, Address, Telephone Number and Facsimile Number of Proposer: b. Description of Proposer (Corporation, Partnership, Consortium, etc.): c. Is Proposer now qualified to do business in the Commonwealth of Massachusetts? d. State of Incorporation, if any: e. Address, Name, Title, Business Address, Telephone Number and Facsimile Number of person responsible for submitting this Proposal: f. Address, Name, Title, Business Address, Telephone Number and Facsimile Number of person with whom to communicate regarding this Proposal if different from above: g. Proposer shall include with its submission a statement, signed under the pains and penalties of perjury, identifying and describing all local, state and federal criminal investigations or proceedings, or any other administrative, judicial, or regulatory matter currently pending against the Proposer, or its Principals (to include officers, members, directors. and partners) or concluded adversely to the Proposer, or its Principals, within the past five years, which might reasonably be construed to reflect adversely on the fitness of integrity of Proposer or its Principals to perform 13

14 this contract for a public client. Failure to respond properly and accurately to this requirement may, in the Authority s sole discretion, result in rejection of your submission. h. Please attach a description of Proposer s financial status, which is sufficient to enable the Authority to evaluate the financial qualifications of Proposer. The description should include but not be limited to: (1) Bank References, including the full name and address of the bank, as well as the name and telephone number of the contact person. (2) Insurance References, including the full name and address of the insurance company, as well as the name and telephone number of the contact person. (3) Proposer s current financial statements and a current statement of conditions audited by a Certified Public Account. (4) Proposer s credit rating information. (5) Has Proposer any present overdue indebtedness to any government unit or agency, or any outstanding claim or demand of indebtedness? If so, please specify. (6) Has the Proposer filed for bankruptcy within the last five years? If so, please describe current status. 3.2 Experience a. Provide a statement of history of the Proposer s qualifications to provide the products for which the Proposal is being submitted, including but not limited to, the number of years of experience and scope of experience. b. List at least three other accounts, of a comparable size and nature, for which your firm provides the products for which the Proposal is being submitted. At a minimum, you should include a sufficiently detailed description of the facilities, their staffing, the period of your service, and the complexity of the operation, along with the telephone numbers and names of people to contact as references. The Authority may make site visits to these accounts prior to selecting a Contractor (Use forms marked Attachment A.) 3.3 Staffing Plan Also indicate if any relationship for such an operation was terminated prior to the expiration thereof, or not renewed, and the reason thereof. Further, indicate by appropriate citation all litigation (including status or results) between Proposer and any and all operators or owners. 14

15 a. Proof of your firm s commitment of time and personnel to this project, including a list of personnel who will be assigned to the account, a statement of their duties and qualifications, and the proposed staffing plan. Include the name of the person who will be the point of contact for the Authority. 3.4 Acknowledgments a. Proposers acknowledges that it has received and read the draft Agreement attached as Attachment D and all other attachments to the Request for Proposal, and that the terms thereof are incorporated by reference in this Proposal. Proposer agrees that if its Proposal is accepted, Proposer will enter into one or more final Agreements with the Authority in a form substantially similar to the draft Agreement. If the Proposer is unable or unwilling to agree to or meet any of the conditions contained in the draft Agreement, specify this problem and the proposed change as an addendum to the Proposal form. The Authority reserves the right to accept or reject any suggested changes in its sole discretion. b. This Proposal constitutes a firm offer. A certified copy of Proposer s corporate resolution or other proof of authority to make this Proposal a firm offer must be attached. This offer shall be held firm and open for a period of 75 days from the effective date of the Proposal. c. By submission of its response to this Request for Proposal, the Proposer authorizes the Authority to contact any and all parties having knowledge of Proposer s operations and financial history, and authorizes all parties to communicate such knowledge or information to the Authority. d. Proposers are advised to rely only upon the matters contained in this Request for Proposal and in any written clarifications issued by the Authority and disseminated to all prospective Proposers who download the RFP. e. The submission of its Proposal acknowledges that from after the Agreement commencement date, the sole basis for the right to provide a service at the locations specified in this Request for Proposal is by award of an Agreement pursuant to the receipt of Proposal in response to the Authority s Request for Proposal. All other rights, claims and privileges by which the operation of this Agreement may be claimed from and after the above dates are expressly waived. f. The Authority is soliciting competitive Proposals pursuant to a determination that such a process best serves the interests of the Authority and the public, and not because of any legal requirement to do so. Proposer acknowledges that it is the Authority s right to accept any Proposal, or to reject any or all Proposals, to withdraw or amend this Request for Proposal at anytime, to initiate negotiations with one or more Proposers, to modify or amend with the consent of the Proposer any Proposal prior to acceptance, to waive any informality and to effect any 15

16 Agreement otherwise, all as the Authority in its sole judgment may deem to be in its best interest. Submitted, and all terms and conditions of the Request for Proposal and attachments thereto are hereby acknowledged and agreed to: NAME OF PROPOSER: BY: TITLE: DATE: [Remainder of page intentionally left blank] 16

17 ATTACHMENT A Reference Information Forms 17

18 ATTACHMENT A Reference Information Form Proposer s Name: Janitorial Supplies This form must be completed and included with your Proposal. Company Name: Company Address: Industry/Business: 1st Contact Name Title and Phone: Project Title: Brief Description: 18

19 ATTACHMENT A Reference Information Form Proposer s Name: Janitorial Supplies This form must be completed and included with your Proposal. Company Name: Company Address: Industry/Business: 2nd Contact Name Title and Phone: Project Title: Brief Description: 19

20 ATTACHMENT A Reference Information Form Proposer s Name: Janitorial Supplies This form must be completed and included with your Proposal. Company Name: Company Address: Industry/Business: 3rd Contact Name Title and Phone: Project Title: Brief Description: 20

21 ATTACHMENT B Scope of Service and Proposed Contract Prices 21

22 REQUEST FOR PROPOSAL #5846 Janitorial Supplies Attachment B Scope of Services and Proposed Contract Pricing The undersigned, as Bidder, declares that the only persons or parties interested in this Proposal as principals are those named herein, that this Proposal is made without collusion with any other, and Bidder proposes and agrees, if this Proposal is accepted, that Bidder will contract with the Authority to furnish, and deliver at the time and place stipulated according to the requirements as herein set forth, the following prices, to wit: Janitorial Supplies. 1. Below is a list of currently purchased supplies. This is not an inclusive list of all supplies that are currently/may be required during the term of this bid. Supplies and quantities may be added or discontinued according to the Authority s needs. 2. Supplies are ordered on an as needed basis by location. Deliveries are made to each location. 3. The Authority is interested in using Green Products. Please list any environmentally conscious products that might be compatible to the products listed. 4. Any changes or substitutions on the product list below must be denoted on a separate page and accompanied by a full product description. 5. Prices quoted must be a delivered price. Additional freight will not be accepted. 6. The Authority prefers on-line ordering. Include description of your ordering process with response. 7. Vendor shall be required to provide the Authority with regular reporting. Samples of reports should be provided with response. 8. The liners for blast barrels and various other sizes used throughout the terminals should be available in: Black Waste Clear Recycling Bags of unspecified color, bio-degradable for organics-food waste collection. 9. Pay close attention to the UOM and number of items per case. If you are quoting different than what is listed make note on a separate page. The following pages of pricing and questions must be completed and submitted with your Proposal. 22

23 REQUEST FOR PROPOSAL #5846 Janitorial Supplies Attachment B Scope of Services and Proposed Contract Pricing for years 1-3 Item # KCC67223 KCC01000 TYCVLH B REN02469 REN22505-CA REN23322-CA Description Please indicate mil UOM Est Annual Usage Scott JRT Jr Toilet Tis Jumbo Wht 12 rolls per case Case Scott Hard Roll Towel 1 ply White 8x 12 rolls per case Case 5232 Liner 40x46 19mic Blk 44 Gal - 25/rl 6 rolls per case mil Case 5154 Renown CX Handwash Foam Clr/Mild 2.3 liter 4 per case Case 2351 Renown Liner 30x36.5mil blk - 25/rl 10 rolls per case mil Case 2340 Renown Liner 33x39.95mil clr 25/RO 8 rolls per case mil Case 2226 SIMCS PH Balance Hand Soap Gallon 4/case Case 1776 TYCMX- 3548MB REN03800 REN66024-CA KCC01960 HOSKL-260 REN06104-WB HOSMT-4 Liner 40x mil Magnum Blue 10/roll 10 rolls per case mil Case 1495 Renown Toilet Seat Cover Half-Fold 250 per pack/ 20 packs per case Case 1395 Renown Liner 38x58 2mil Blk -10/roll 10 rolls per case mil Case 705 Scott Folded Twl 7.8"x12.4" White 175 per pack/ 25 packs per case Case 618 Bag Sani Waste Waxed Kraft 7.5x per case Case 504 Renown GS Toilet Tissue White rolls per case Case 435 Maxithin Pad Folded, Vending Box 250 per case Case 422 Cost per UOM Extended Price Alternative product/ Green Cost per UOM Extended Price SPA9756 Lite N Foamy Dispenser White Each 326 SPA REN03122 Lite'N Foamy Hand, Hair and Body Wash 1 gallon 4 per case Case 321 Renown Wave3D Urnal Scrn HM - Herrba 10 per pack/ 6 pack per case Case 320 REC74828 LySol 19oz Crisp Linen Disnfect 12/case Case 307 TYCLBR4046XD REN16020-CA Liner 40x46 45 gl 0.9ml DGRDBLE LO-D 20 per roll/ 5 rolls per case mil Case 240 Renown Liner 38x mic BLK -25/Rol 6 rolls per case mil Case 235 VENDOR NAME 23

24 REQUEST FOR PROPOSAL #5846 Janitorial Supplies Attachment B Scope of Services and Proposed Contract Pricing for years 1-3 Item # Description Please indicate mil UOM Est Annual Usage Cost per UOM Extended Price Alternative product/ Green Cost per UOM Extended Price REN02119 Renown Cellulose Sponge Yel SM-Yello Each 228 TYCLBR3036HD Berry Liner Coreless RL 25GL 30x36 25 per roll/ 10 rolls per case mil Case 201 YYY8HDC Maui 8oz Hot Cup Brown Paper-1000 per case Case 200 Renown Premium Twl 8"x600ft wht 6 rolls per REN06184-WB case Case 194 DCC9N25 9 oz cup Conix Translucent 2500 per case Case 182 GOJ NXT Purell Inst Hand Sanitizer 1000 ml 8 per case Case 160 TCC TC Pump Mountain Spa Autofresh- RE 12 per case Case 160 AJMPP9GRAWH Plate Paper 9in White 1200/cs Case 131 TCC Autofresh Pump Dispenser w/led - WH Each 121 REN05124 Lobby Dust Pan Each 120 REN02479 Renown CX Dispenser Foam Chrome Each 104 Renown Premium Single Roll Bath Tis 36 rolls REN06127-WB per case Case 101 RCP637400BK Lobby Broom BLK Polyporpylene Each 96 REN06114-WB Ren C-Fold TWL Natl White x13, 12 pk per case Case 82 REN02549 Renown Handsoap F/Thru-Cntr Disp 4 bottles/case Case 81 REN06002-WB Renown TWL M/F Wht 9-1/8 x 9-1/ sheets per case Case 76 APP18010 APP G/P CTN MOP 20 oz. 1" HB White 12/cs Case 72 REN02703-MS Ren Butyl Clnr/ Degrst 32 oz Each 72 Clorox Wipes, Fresh Scent, 35 Wipes 12 per CLO01593 case Case 70 REN02496 Renown 1250ml Atibac Foam Soap 3 per case Case 70 VENDOR NAME 24

25 REQUEST FOR PROPOSAL #5846 Janitorial Supplies Attachment B Scope of Services and Proposed Contract Pricing for years 1-3 Item # DCCS6BW REN26016-CA APM800 Description Please indicate mil UOM Est Annual Usage Teaspoon 5-7/8 Med-Wtm Wht Polyprop 1000 per case Case 68 Renown Liner 38x mil Blk 20/rl 5rl/per case mil Case 65 Toilet Tissue Jrt 2 Ply White 9X rolls Case 62 Cost per UOM Extended Price Alternative product/ Green Cost per UOM Extended Price REN05121 Plastic Btl W/Graduation 32oz Renown Each 60 REN03540-CT Ren Air Neut Refill Vanilla Each 60 CLO30966 Clorox Bleach Germicidal 121oz - 3per case Case 58 DCCF6BW Fork 6-1/8 in Med-Wt Wht Polyprop 1000 per case Case 52 DCCK6BW Knife 6.5on Med-Wt White Polyprop 1000 per case Case 50 RCP295600BK Med Wastebasket, 7 gal sold as each packed 12 BLK Each 48 GPT89460 Enmotion White Roll Towel 10x800 6 rolls per case Case 47 REN03985 Renown Broom Hndl Metal Tip 15/16, 60" length Each 44 REN09001 Renown Hot Cup 8oz single wall 1000 per case Case 42 RCP263200GY Brute Container w/o Lid 32 Gal Gray Each 40 Renown 1250ml Foam Pink Loation Soap REN per case Case /IMP C Disposable Dryer Blk Mats 6 mats per case Case 38 JWPCB Shout Stain Rmvr Triple 22 oz Each 36 PGC00445 Dawn Dish Soap Original Scent 9oz Each 36 SAZGNPRXL-1C XL Nitrile Pwdfl Glove Blue 5Mil per case Case 33 KCC07006 Scott Jrt Jr. Bathroom tis 3.78x1150' 12 rolls per case Case 31 REN02297 Premium Blend Loop LG Blue Mop 5in. 12 per case Case 31 VENDOR NAME 25

26 REQUEST FOR PROPOSAL #5846 Janitorial Supplies Attachment B Scope of Services and Proposed Contract Pricing for years 1-3 Item # Description Please indicate mil UOM REN Blue Contour Trigger Sprayer - T Each 30 GOJO Purell NXT Space Saver Disp Gray Each 28 KCC09990 In-Sight Sanitouch Disp Hard RL TWL Each 24 PGC50978 Tide Laundry PODS Spring Meadow 72 per containder 4 per case Case 24 SBSNPW2LT Cleaner Hand Wash Natural Power - 4/case Case 24 GOJ Purell Advanced Sanitizer 12 oz Each 24 PGC50978 Tide Laund Pods 72ct Spring Each 24 PGC58775 Spicspan Disinfec A/P Qt ( 32oz) Each 24 REN3978 Ren Broom Fine Sweep 18" Grey Each 24 REN05008-AM Renown A/P Foam Clnr 19oz Each 24 APP12500-WB Appeal Jumbo JR Bath Tis 100% Rec 12 rolls per case Case 23 REN in Compact Bowl Brush White Each 23 REN in Nylex Flo Thru Veh Brush Each 23 MMM27507 Trizact Floor Pad Diamond HX 4 per box 4 boxes per case Case 20 PGC39949 Mr. Clean Floor CLNR CLSD Loop 1 gallon 3 per case Case 20 REN Gray Contour Trigger Sprayer Each 20 REN05141 Renown Bottle 32 oz W/graduations Each 20 REN24543-CA Renown Liner 40x mil nat 20/rol 5 rolls per case mil Case 20 SBSHVY2LDP Disp Cleanse HVY 2000 Soap for 2LT Each 20 IMP Press-On Hand Dryer Mat Blk. 6 per case Case 20 Est Annual Cost per Usage UOM Extended Price Alternative product/ Green Cost per UOM Extended Price VENDOR NAME 26

27 REQUEST FOR PROPOSAL #5846 Janitorial Supplies Attachment B Scope of Services and Proposed Contract Pricing for years 1-3 Item # REN05237 SAZGNEPXL-1 Description Please indicate mil UOM Est Annual Usage Ren Glove Nitrl X-Lg Pwd-Fre 100 gloves per box Box 20 Glove Extra Large Powder Free Nitrile Blue 100 box Box 20 DIX2340Path Dixie Cups Hot Paper 10oz 1000/cs Case 18 Comet RR Disinfec Clnr Closed Loop 1 gallon 3 PGC20542 per case Case 18 REN02839-MS 1 quart Renown Blue 9 HCL Acid Bowl Cleaner 12 per case Case 18 Cost per UOM Extended Price Alternative product/ Green Cost per UOM Extended Price STO Solopol Cleaner Hand HD 2000ml. 6 per case Case 18 Trizact Floor Pad Diamond HX 4 per box 4 MMM27508 boxes per case Case 17 PGC45114 Joy Dishwashing Liquid 8/38 oz/case Case 16 REN03978 Renown Broom Fine Sweep 18in Grey Each 15 Renown Liner 40x48 22mic BLK 25/rl 6rls/per REN14555-CA case mil Case 15 SPA Xtreme Custom Car Wash Pl - 5 GL/PL Pallet 15 PGC oz Tide Laundry Liquid HE Detergent 4 per case Case 13 PGC gallon Spic/Span Disinf A/P Glass Cleaner CL 2 per case Case 13 REN61500-JR Renown Liner 24x32 1ml BLK 500/cs mil Case Nitrile Disp Glove XL 100/bx Box Cotton Canvas Gloves with Gripper D. pair Each 12 Renown High Pro NR Floor Stripper 5 gallon REN02809-MS pail Each 12 REN02831-MS Renown Citrus Degreaser Cleaner- 4 case Case 12 REN03539-CT Automatic LED Aerosol Disp White Each 12 REN in PPY Heavy Floor Sweep Broom Each 12 VENDOR NAME 27

28 REQUEST FOR PROPOSAL #5846 Janitorial Supplies Attachment B Scope of Services and Proposed Contract Pricing for years 1-3 Item # Description Please indicate mil UOM Est Annual Usage Cost per UOM Extended Price Alternative product/ Green Cost per UOM Extended Price REN in Palmyra Garage Sweep Broom Each Energizer AA 4pk Each Energizer AAA 4pk Each 12 GOJ Instant Hand Sanitizer Pum 12/8oz/cs Case 12 JACWASHER Windshield Washer Fluid Gal. 6 per case Case 12 JDB90139 Windex 32 oz. Trigger Spray Each 12 MISOSP-12MN Cleaner Citrus Degreaser 32 oz Each 12 Lysol Disinf Cleaner, Orig Scent. 19 oz. 12 cans REC04675 per case Case 12 REN02374 Renown Stayflat Wet Mop 24oz Each 12 REN03671-lB Microfiber Utility Cloth Green 16x16 Each 12 REN03683-lB Ren Glass Cloth Blu 18x18 Each 12 REN05002-AM Renown Hvy D Glass Clnr 19oz Each 12 REN05059 Renown Wipes Ss Clnr 8x12 Each 12 REN5081-AM Renown Vand Mard Remover Aer Each 12 Renown Kitchen Roll Towels White 30 rolls per REN06001-WB case Case 11 REN16004-CA Renown Liner 38x60 16 Mic Nat - Natural 25/rl 8rl/per case mil Case Scoopy Doo Repl Bags 6 Rolls of 400 Case Frame 8x10woodbk Each 10 MMM23894 Scotch-Brite Flr Pad Purple 20in 5 per case Case 10 Renown Liner 24x33 8mic BLK 50/rl 20rl/per REN11518-CA case mil Case 10 VENDOR NAME 28

29 REQUEST FOR PROPOSAL #5846 Janitorial Supplies Attachment B Scope of Services and Proposed Contract Pricing for years 1-3 Item # Description Please indicate mil UOM Est Annual Usage Cost per UOM Extended Price Alternative product/ Green Cost per UOM Extended Price PGC38015 Febreeze Deep Penetrate - 5x CLDS Loop Each 10 RCP9M0000BK Lobby Pro Wet/Dry Spill Pan Each 10 Bounty Basic Towel Rl White Regular 30 rolls PGC92976 per case Case 9 RCP264000BK Brute Dolly BLK for Each 9 REN02814-MS 1 qrt Renown Bacterial Enzyme Digestant 12 per case Case 9 REN03541-CT 5.25 oz Cinnamon Stick Metered Aero Refill - 12 per case Case 9 REN21533-IG BWP95100 GPT13728 Renown Liner 24x32.7mil 15 gal 50 liners per roll /10 rolls per case mil Case 9 Lotion Hand Soap Controll E1 Rated 12 per case Case 8 Acclaim 2-ply Jumbo Jr. Bath Tissue 8 rolls per case Case 8 REC04675 Lysol Fresh Scent Disinfect 12/19oz Case 8 REN03894 Renown Nifty 36" Pick up Tool 10per case Case 8 REN04013 Renown SWP CMPD Oil Base N/G 50lb Box 8 SPA oz NABC Bathroom Cleaner/Disinfect RTU 12 quarts per case Case 8 RCP638400OR Corn Broom Orange Strained/Lacquered Each 7 REN02810-MS Renown Pine Disinfectant - Cleaner 1 gal. 4 per case. Case 7 REN06125-WB Renown Single Roll Bath Tissue 2ply 36 rolls per case Case 7 PGC00007 DCT Stainles Steel Polish 32 oz. Sold as 4 each. Each 6 STD 4ply Blend Loop Mop LG Blue 5in - REN /case Case 6 VENDOR NAME 29

30 REQUEST FOR PROPOSAL #5846 Janitorial Supplies Attachment B Scope of Services and Proposed Contract Pricing for years 1-3 Item # REN02605 REN03063-FR Description Please indicate mil UOM Est Annual Usage 1x60 Clencher Fbglass MOP Handle. 12 per case Case 6 Renown Deorderant Bowl Clip-Spiced 12 per pack Pkg 6 REN03119 Renown Wave 3D Urnal Scrn Apl-Spic 6 pk/case total 60 screens Case 6 REN06118-WB Renown GS Hand Roll Towel White 6/cs Case 6 SPA Consume Enzyme Digestant 1 Gal. 4 per case. Case 6 HOST500 Tampax Tampon Regular, Vending Tube 500 per case Case 5 JDB Fantastik 32oz All Purp Cleaner Spray 12 per case Case 5 MMM M 4100 White Super Polish Pad 20in 5 per case Case 5 MMM59379 Scotchguard Stone Floor Protector 2 per case Case 5 REN02018 Renown Black Stripping Pad 20in 5/cs Case 5 REN02041 Renown Red Buffing Pad 13in 5/cs Case 5 REN03532-CT Premier Sea Spray Meter Aero 6 oz Refill 12 per case Case 5 REN05219 Renown Glove Latex X-LG PWD-Free 100 per box, 10 per case Case 5 REN05236 Renown Glove Nitrile LG Powder Free 100 per box 1000 per case Case 5 REN06007-SP Kitchen Towel 2ply 11x9 embrossed Wht 30 rolls per case Case 5 REN62510-CA Renown Liner 30x36.5mil blk - 25/rl 10 per case mil Case 5 STO83187 Solopol HD Sand Cleaner 2000ml -Softb 6 per case Case 5 SWEGBX7TW Guildware Knife White Boxed per case Case Polycarbonate Thermostat Cover Each 4 APP Appeal Hand Santizer Noalcohol 1000ml 4 per case Case 4 Cost per UOM Extended Price Alternative product/ Green Cost per UOM Extended Price VENDOR NAME 30

31 REQUEST FOR PROPOSAL #5846 Janitorial Supplies Attachment B Scope of Services and Proposed Contract Pricing for years 1-3 Item # Description Please indicate mil UOM Est Annual Usage CSM36336C00 36In Curved End BLK Rubber Squeegee Each 4 16oz Conex Translucent Cup K Style 1000 per DCC16K case Case 4 DIX5342CD 12 oz Perfectouch Hot Cup 1000/cs Case 4 DIXSX9SAGE Dixie HW 8.5 In Paper Plate Sage Case 4 DIXSXP10PATH Paper Plates 10.5 Heavy Wt 500/cs Case 4 KCC05322 Wypall L10 Utility Wipes Pop UP 125 per box 18 per case Case 4 REN02849-MS Renown Mint Disinfectant Cleaner 1 gallon 4 per case Case 4 REN21533-CA Renown Liner 24x32.7 mil BLK - 50/Rol 10 rolls per case mil Case 4 Cost per UOM Extended Price Alternative product/ Green Cost per UOM Extended Price SVPSAFL15.5 All Flr Sweep Cmpnd Oil Base 15.5 gal Drum 4 VENDOR NAME 31

32 REQUEST FOR PROPOSAL #5846 Janitorial Supplies Attachment B Scope of Services and Proposed Contract Pricing MARK UP Mark up on supplies NOT included in Attachment B for years 1-3 % Option year 1 Option year 2 Mark up on supplies NOT included in Attachment B % % Please indicate the method used to determine Mark Up. COST INCREASE Option year 1 Option year 2 Cost increase on supplies included in Attachment B % % COMPANY NAME, ADDRESS, TEL & DATE: Authorized Signature Printed Name Title 32

33 REQUEST FOR PROPOSAL #5846 Janitorial Supplies Attachment B Scope of Services and Proposed Contract Pricing The below questions must be answered and will be considered as part of the RFP. Please answer Yes No Will the vendor stock a minimum of (2) two months supply On hand that is required by the Authority? Will the vendor supply next day delivery? Will the vendor supply same day delivery? Will the vendor have regular scheduled deliveries? (If yes please attach narrative and products) Does the vendor have an Environmentally Conscious program? Does the vendor require minimum order size? Does the vendor charge a re-stocking fee for items returned? Does the vendor have on-line ordering capabilities? (if yes please attach narrative including print out screenshots, etc) Does the vendor have training for on line ordering? (If yes please describe) Does the vendor have on-line invoices? (If yes please provide sample) Does the vendor have a sample billing report? (If yes please attach) VENDOR NAME 33

34 Attachment B Scope of Services and Proposed Contract Pricing Questions continued. Please answer Yes No Will a sales representative be available to meet with the Authority s Departments to discuss order history and order status updates on a regular basis as requested by the Authority s managers? Will vendor s invoices, packages and packing slips include vendors name, end user name, ship to location, and the purchase order number? (If yes please provide sample) Will vendor provide monthly breakdown of invoices? Will invoices and accounts receivable information be available online? Do you currently have, or will you obtain the required TWIC Needed for Conley Terminal and Maritime? Information provided. See attachment E. VENDOR NAME 34

35 ATTACHMENT C Certificate of Compliance with Laws 35

36 ATTACHMENT C CERTIFICATE OF COMPLIANCE WITH LAWS Massachusetts Employment Security Law Pursuant to G.L. c. 151A, 19A(b), the undersigned hereby certifies* under the penalties of perjury that the Contractor, with Division of Unemployment Assistance (D.U.A.) ID Number, has complied with all laws of the Commonwealth relating to unemployment compensation contributions and payments in lieu of contributions. *Compliance may be certified if the Contractor has entered into and is complying with a repayment agreement satisfactory to the Commissioner, or if there is a pending adjudicatory proceeding or court action contesting the amount due pursuant to G.L. c. 151A, 19A(C). or check the following: The undersigned certifies that the Massachusetts Employment Security Law does not apply to it because the Contractor does not have any individuals performing services for it within the Commonwealth to the extent that it would be required to make any contributions or payments to the Commonwealth. Massachusetts Child Care Law Pursuant to Chapter 521 of the Massachusetts Acts of 1990, as amended by Chapter 329 of the Massachusetts Acts of 1991, the undersigned hereby certifies that the Contractor (check applicable item): 1. employs fewer than fifty (50) full-time employees; or 2. offers either a dependent care assistance program or a cafeteria plan whose benefits include a dependent care assistance program; or 3. offers child care tuition assistance, or on-site or near-site subsidized child care placements. Revenue Enforcement and Protection Program Pursuant to G.L. c. 62C, 49A, the undersigned hereby certifies under the penalties of perjury that the Contractor's Federal Identification No. is (for corporations only), and that to the best of his/her knowledge and belief, the Contractor has complied with all laws of the Commonwealth relating to taxes, the reporting of employees and contractors, and withholding and remitting of child support. 36

37 In order to comply with all laws of the Commonwealth relating to taxes, the undersigned certifies that the Contractor (check applicable item): 1. has filed all tax returns and paid all taxes required by law; or 2. has filed a pending application for abatement of such tax; or 3. has a pending petition before the appellate tax board contesting such tax; or 4. does not derive taxable income from Massachusetts Sources such that it is subject to taxation by the Commonwealth. Certification Regarding Companies Doing Business with or in Northern Ireland Pursuant to G.L. c. 7, 22C, the undersigned hereby certifies under the pains and penalties of perjury that the Contractor is not engaged in the manufacture, distribution or sale of firearms, munitions, including rubber or plastic bullets, tear gas, armored vehicles or military aircraft for use or deployment in any activity in Northern Ireland, and that the Contractor (check applicable item): 1. does not employ ten or more employees in an office or other facility located in Northern Ireland; or 2. employs ten or more employees in an office or other facility located in Northern Ireland, but such office or other facility in Northern Ireland (a) does not discriminate in employment, compensation, or the terms, conditions and privileges of employment on account of religious or political belief; and (b) promotes religious tolerance within the work place, and the eradication of any manifestations of religious and other illegal discrimination. Signed this day of, Business Name: Authorized Signature: Print Name: Title: 37

38 ATTACHMENT D Sample Service Agreement 38

39 SAMPLE SERVICE AGREEMENT As of [Name of Contractor] [Address of Contract] [City/State/Zip Code] Attn: Re: Service Agreement # [Description of Project] [Location of Project] Dear : The Massachusetts Port Authority (hereinafter referred to as the Authority or Massport ) hereby agrees with (hereinafter referred to as the Contractor ) respecting the terms of its engagement by the Authority as further described below. ARTICLE 1 - SCOPE OF SERVICES The Contractor shall provide at (location), as detailed in the Contractor s response to Request for Proposal # (or Request for Quote), dated,(do not put date if it s not referenced on the Exhibit) which is attached hereto as Exhibit A and incorporated herein. ARTICLE 2 - COMPENSATION 1. For the Contractor s proper completion of the above services, the Contractor shall be paid in accordance with Exhibit A. 2. Compensation for said services under this Agreement shall not exceed Dollars ($ ). 3. Contractor shall submit invoices for services rendered to the Massachusetts Port Authority, One Harborside Drive, Suite 200S, East Boston, MA , Attention: (name), (title), at (location). Contractor's invoices shall be in such detail as the Authority may reasonably require to show the identification of the personnel performing services, their classifications, applicable rates and costs, and the detailed nature and extent of services performed. Payment shall be made within thirty (30) days after receipt of satisfactory invoices. All invoices pertaining to the services and terms listed under this Agreement are to reference Service Agreement # /PO #. 39

MASSACHUSETTS PORT AUTHORITY

MASSACHUSETTS PORT AUTHORITY MASSACHUSETTS PORT AUTHORITY Purchasing Department Logan Office Center One Harborside Drive Suite 200 S East Boston, MA 02128 REQUEST FOR PROPOSAL #5777 Catch Basin Cleaning Services at Maritime Facilities

More information

Request for Proposal # 5780

Request for Proposal # 5780 Request for Proposal # 5780 April 13, 2016 The Purchasing Department at the Massachusetts Port Authority ( Authority or Massport ) is accepting sealed proposals for the Purchase of a 2016 Cat 312E Excavator.

More information

Request for Proposal # 5539a

Request for Proposal # 5539a Request for Proposal # 5539a May 15, 2014 The Purchasing Department at the Massachusetts Port Authority ( Authority or Massport ) is accepting sealed proposals for the Purchase of HP Proliant Servers.

More information

Request for Proposal # 5813

Request for Proposal # 5813 Request for Proposal # 5813 July 7, 2016 The Purchasing Department at the Massachusetts Port Authority ( Authority or Massport ) is accepting sealed proposals for the Purchase of HEWLETT PACKARD, APEXSQL

More information

Request for Proposal # 5791

Request for Proposal # 5791 Request for Proposal # 5791 May 16, 2016 The Purchasing Department at the Massachusetts Port Authority ( Authority or Massport ) is accepting sealed proposals for the Purchase of HUBBELL AR-LED- KITS.

More information

MASSACHUSETTS PORT AUTHORITY. Request for Proposal # 5890

MASSACHUSETTS PORT AUTHORITY. Request for Proposal # 5890 Request for Proposal # 5890 January 31, 2017 The Purchasing Department at the Massachusetts Port Authority ( Authority or Massport ) is accepting sealed proposals for the purchase of an All Terrain Vehicle

More information

MASSACHUSETTS PORT AUTHORITY

MASSACHUSETTS PORT AUTHORITY MASSACHUSETTS PORT AUTHORITY Purchasing Department Logan Office Center One Harborside Drive Suite 200 S East Boston, MA 02128 REQUEST FOR PROPOSAL #5779 Purchase of Landscaping Equipment Authority Wide

More information

MASSACHUSETTS PORT AUTHORITY. Request for Proposal # Trailer Pressure Washer Package for Logan International Airport

MASSACHUSETTS PORT AUTHORITY. Request for Proposal # Trailer Pressure Washer Package for Logan International Airport MASSACHUSETTS PORT AUTHORITY Request for Proposal # 5528 Trailer Pressure Washer Package for Logan International Airport January 15, 2014 The Purchasing Department at the Massachusetts Port Authority (

More information

TOWN OF WAREHAM INVITATION FOR BID. Purchase of Janitorial Supplies for the Wareham Public Schools

TOWN OF WAREHAM INVITATION FOR BID. Purchase of Janitorial Supplies for the Wareham Public Schools TOWN OF WAREHAM INVITATION FOR BID Purchase of Janitorial Supplies for the Wareham Public Schools Your participation is invited with regard to the above referenced bid. In order for your submission to

More information

MASSACHUSETTS PORT AUTHORITY

MASSACHUSETTS PORT AUTHORITY MASSACHUSETTS PORT AUTHORITY Purchasing Department Logan Office Center One Harborside Drive Suite 200 S East Boston, MA 02128 REQUEST FOR PROPOSAL #5841 Pest Control Services Authority-wide MANDATORY PRE-SUBMISSION

More information

MASSACHUSETTS PORT AUTHORITY

MASSACHUSETTS PORT AUTHORITY MASSACHUSETTS PORT AUTHORITY Purchasing Department Logan Office Center One Harborside Drive Suite 200 S East Boston, MA 02128 REQUEST FOR PROPOSAL #5781 Maintenance of the Stationary Batteries & UPS Systems

More information

2017/18 Cleaning Supplies and Chemical Quotes

2017/18 Cleaning Supplies and Chemical Quotes Paper Products 1. 9 Jumbo 2-ply Toilet Tissue 1,000 ft. roll 12/case 40 cases $ $ 2. Natural Multi-Fold Towels 9.125 x 9.5 250 /pack 16 pk/case 50 cases $ $ 3. Ecosoft 2-Ply Toilet Tissue (#54000) 4 x

More information

*Pricing is firm from March 1, February 28, Allied Eagle AWARDED VENDOR APAC PAPER & PACKAGING CORP.

*Pricing is firm from March 1, February 28, Allied Eagle AWARDED VENDOR APAC PAPER & PACKAGING CORP. Line Item #1 ABSORBENT, BLOOD BORNE PATHOGENS/BODY FLUIDS # 24 1 LB. BAGS Manufacturer: Voban Model Number: 55130 Line Item #2 BOTTLE, PLASTIC, GRADUATED, W/TRIGGER SPRAYER 24 OZ. Manufacturer: Continental

More information

APAC Paper & Packaging Corp Supplies. Audio Visual Equipment &

APAC Paper & Packaging Corp Supplies. Audio Visual Equipment & Line Item #1 BOTTLE, PLASTIC, GRADUATED, W/TRIGGER SPRAYER 24 OZ. Quantity: 144 Manufacturer: Continental Model Number: 924B & 110220 0.60 Line Item #2 BOTTLE, PLASTIC, GRADUATED, W/TRIGGER SPRAYER 32

More information

Janitorial Supplies/Paper Products

Janitorial Supplies/Paper Products Janitorial Supplies/Paper Products Pollock Paper (primary) Matera Paper Empire Paper Products/Services Towels, tissue, restroom maintenance supplies, floor care supplies & equipment, cleaners, trash receptacles,

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

More information

AWARDED VENDOR APAC PAPER & PACKAGING CORP. NO AWARD Unit Price. Brand. Allied Building Service. Allied Building Service. Allied Building Service

AWARDED VENDOR APAC PAPER & PACKAGING CORP. NO AWARD Unit Price. Brand. Allied Building Service. Allied Building Service. Allied Building Service Line Item #1 ABSORBENT, BLOOD BORNE PATHOGENS/BODY FLUIDS # 24 1 LB. BAGS Manufacturer: Voban Model Number: 55130 NO AWARD Unit Price Line Item #2 BOTTLE, PLASTIC, GRADUATED, W/TRIGGER SPRAYER 24 OZ. Manufacturer:

More information

AUTO DEALERS CO-OP, LTD JANITORIAL & MAINTAINANCE

AUTO DEALERS CO-OP, LTD JANITORIAL & MAINTAINANCE AUTO DEALERS CO-OP, LTD JANITORIAL & MAINTAINANCE ITEM ID ITEM DESCRIPTION UNIT PRICE A03513 Rayon Finich Mop 24oz each $ 15.15 ADC-050 Super Laundry Powder 50 lb $ 37.51 ADC-200-5 Super Terg 5 gal $ 43.88

More information

MASSACHUSETTS DEVELOPMENT FINANCE AGENCY REQUEST FOR PROPOSALS FOR STRATEGIC CAPITAL ANALYSIS

MASSACHUSETTS DEVELOPMENT FINANCE AGENCY REQUEST FOR PROPOSALS FOR STRATEGIC CAPITAL ANALYSIS MASSACHUSETTS DEVELOPMENT FINANCE AGENCY REQUEST FOR PROPOSALS FOR STRATEGIC CAPITAL ANALYSIS NOVEMBER 19, 2018 1. BACKGROUND The Massachusetts Development Finance Agency ( MassDevelopment or Agency )

More information

Request for Proposal RFP # SUBJECT: Ergotron LX

Request for Proposal RFP # SUBJECT: Ergotron LX Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing

More information

REQUEST FOR PROPOSALS (RFP) Integrated Marketing Services. March 14, 2018

REQUEST FOR PROPOSALS (RFP) Integrated Marketing Services. March 14, 2018 REQUEST FOR PROPOSALS (RFP) Integrated Marketing Services March 14, 2018 1. BACKGROUND The Massachusetts Development Finance Agency ( MassDevelopment or Agency ) is a body politic and corporate created

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES INVITATION FOR BID (IFB) SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES TOWN OF LONGMEADOW MASSACHUSETTS May 16, 2012 1 INVITATION FOR BID (IFB): SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING

More information

Request for Proposal # 5854

Request for Proposal # 5854 Request for Proposal # 5854 November 10, 2016 The Purchasing Department at the Massachusetts Port Authority ( Authority or Massport ) is accepting sealed proposals for the Purchase of Various IT Equipment.

More information

TELEPHONE NUMBER ADDRESS: FAX NUMBER

TELEPHONE NUMBER  ADDRESS: FAX NUMBER BID FORM Page 1 of 4 BID NO. 18-67 BID SUBMITTAL DEADLINE: 10:00 A.M. CST on December 19, 2017 PUBLIC BID OPENING TIME: 1:30 P.M. CST on December 19, 2017 INSTRUCTIONS: THIS FORM MUST BE PROPERLY FILLED

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

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

THE VIRGIN ISLANDS PORT AUTHORITY PURCHASING DEPARTMENT REQUEST FOR PROPOSALS TO PROVIDE HOUSEKEEPING SUPPLIES

THE VIRGIN ISLANDS PORT AUTHORITY PURCHASING DEPARTMENT REQUEST FOR PROPOSALS TO PROVIDE HOUSEKEEPING SUPPLIES THE VIRGIN ISLANDS PORT AUTHORITY PURCHASING DEPARTMENT REQUEST FOR PROPOSALS TO PROVIDE HOUSEKEEPING SUPPLIES RELEASE DATE: JULY 22, 2015 NON-MANDATORY PRE-SUBMITTAL MEETING: WEDNESDAY, JULY 29, 2015

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6104 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS Request for Bids SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS DONALD CERRONE, CHAIRMAN JOHN M WALSH, VICE-CHAIRMAN

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

More information

FREEPORT HOUSING AUTHORITY Request for Proposals for Landlord-Tenant Legal Services ( RFP ) December 22, 2016

FREEPORT HOUSING AUTHORITY Request for Proposals for Landlord-Tenant Legal Services ( RFP ) December 22, 2016 FREEPORT HOUSING AUTHORITY Request for Proposals for Landlord-Tenant Legal Services ( RFP ) December 22, 2016 INTRODUCTION The Freeport Housing Authority (the "Authority") solicits proposals to provide

More information

POST DATE: 9/1/2017. REBID Expendable Supplies for Robertson County Schools Housekeeping. Sealed bids must be received by: 9/19/2017 at 11:00 AM

POST DATE: 9/1/2017. REBID Expendable Supplies for Robertson County Schools Housekeeping. Sealed bids must be received by: 9/19/2017 at 11:00 AM Robertson County Tennessee Jody Stewart, Finance Director Finance Department 523 South Brown Street, Springfield, TN 37172 (615) 384-0202 Fax (615) 384-0237 POST DATE: 9/1/2017 REBID Expendable Supplies

More information

City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP

City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP 2019-001 THIS IS NOT AN ORDER PROJECT REQUEST NUMBER: RFP 2019-001 DATE OF INVITATION: APRIL 4, 2019 PROPOSALS WILL BE

More information

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040 INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one

More information

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

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

More information

CITY OF HUTCHINSON BID FORM Page 1 of 2

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

More information

INVITATION FOR SEALED BID

INVITATION FOR SEALED BID INVITATION FOR SEALED BID DATE ISSUED: February 13, 2019 BID DESCRIPTION: Custodial Supplies UNION PUBLIC SCHOOLS PURCHASING DEPT. 8506 EAST 61 ST STREET TULSA, OKLAHOMA 74133 Brian Peck, Procurement Manager

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

REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES

REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES The Capital Region Airport Authority (CRAA) hereby requests from persons, firms, or corporations, who meet the qualifications hereinafter set forth, proposals

More information

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2 City of Cartersville P.O. Box 1390 1 North Erwin Street Cartersville, GA 30120 DATE: October 5, 2017 TO: FROM: RE: Automobile Dealers Fleet Sales Personnel Tom Rhinehart, Finance Director Vehicle Bids

More information

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

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

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, 2018 2:00PM PROPOSER S CERTIFICATION We offer to furnish Lewis-Palmer School District the materials, supplies,

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR BID

More information

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM Invitation to Bid 20150224 RFP-VISITOR MANAGEMENT SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

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

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

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

More information

* Order Limited 1 Case Per Day * No Returns or Credits * 1-3 day delivery * Must be loaded to Dollar Contract *Contact your M&D Rep to be added

* Order Limited 1 Case Per Day * No Returns or Credits * 1-3 day delivery * Must be loaded to Dollar Contract *Contact your M&D Rep to be added * Order Limited 1 Per Day * No Returns or Credits * 1-3 day delivery * Must be loaded to Dollar Contract *Contact your Rep to be added Image (Sold By Only) Item Description NDC IW Ref 922567 $ AIR FRESH

More information

PROPOSAL REQUEST. Sumner County Emergency Medical Service

PROPOSAL REQUEST. Sumner County Emergency Medical Service PROPOSAL REQUEST Mechanical CPR Device For the Sumner County Emergency Medical Service SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 20180801-CO July 2018-June 2019 Introduction Sumner County

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

May 22, Dear Proposed Vendor:

May 22, Dear Proposed Vendor: REQUEST FOR QUOTES FOR JANITORIAL SERVICES FOR THE CITY OF LANCASTER MAINTENANCE YARD FACILITIES QUOTE NO: 664-17 (QUOTES WILL NOT BE OPENED AND READ PUBLICLY) May 22, 2017 Dear Proposed Vendor: The City

More information

PRE-BID CONFERENCE / ON-SITE INSPECTION IS NOT REQUIRED

PRE-BID CONFERENCE / ON-SITE INSPECTION IS NOT REQUIRED Number: AB160037 Date Issued: April 19, 2016 Purchasing Contact: Roselle Horodeski Phone: (609) 771-2894 Email: horodesk@tcnj.edu Requesting Department: Building Services Fiscal Year: 2016 Proposals will

More information

FOR QUALIFICATIONS FOR THE PROVISION OF PROFESSIONAL SERVICES FOR CALENDAR YEAR 2019 ISSUE DATE: 9, 2018 DUE DATE:

FOR QUALIFICATIONS FOR THE PROVISION OF PROFESSIONAL SERVICES FOR CALENDAR YEAR 2019 ISSUE DATE: 9, 2018 DUE DATE: NOTE: The will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request for Qualifications.

More information

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

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

More information

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

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

More information

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole Bid Package For Lease of Golf Carts City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN 37864-5500 Phone: (865) 868-1570 Fax: (865) 453-5518 Contact: Nicole Catlett Email: ncatlett@seviervilletn.org

More information

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386 2626 Courtland Street Duluth, MN 55806-1894 phone 218.722.3336,fax 218.727.7471, www.wlssd.com Western Lake Superior Sanitary District REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

More information

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID DO NOT INCLUDE REYCLING FEE IN YOUR BID LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING JULY 6, 2015, 12:00PM EDUCATION CENTER

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 New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR QUOTATION

More information

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS September, 2004 TABLE OF CONTENTS 1. Executory Clause 2. Non-Assignment Clause 3. Comptroller s Approval 4. Workers Compensation Benefits 5. Non-Discrimination

More information

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017 SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

Request for Proposal # Postage Meter Lease & Maintenance Service

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

More information

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION

More information

REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers

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

More information

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or  me directly. Invitation to Bid To whom this may concern: Galway Co op/propane4less.com is a cooperative originally formed with 14 members in Galway, New York in May of 2006. Today we have over 1,900 members and cover

More information

TABLE OF CONTENTS PART A GENERAL OVERVIEW

TABLE OF CONTENTS PART A GENERAL OVERVIEW April 11, 2017 Massachusetts Port Authority Request for Proposals For COMMERCIAL DRIVERS LICENSE ( CDL ) SUBSTANCE ABUSE MANAGEMENT PROGRAM AND/OR NON-CDL RANDOM CONTROLLED SUBSTANCE TESTING (BOTH URINE

More information

INSTRUCTIONS TO BIDDERS

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

More information

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

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals for Critical Spare Parts for General Electric LM6000 PC Sprint Gas Turbines at the Canyon Power Plant, Anaheim, California RFP Date: October

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

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

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

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

More information

IV. SERVICES TO BE PROVIDED See Exhibit A Statement of Work. V. PROPOSAL AND SUBMISSION INFORMATION

IV. SERVICES TO BE PROVIDED See Exhibit A Statement of Work. V. PROPOSAL AND SUBMISSION INFORMATION REQUEST FOR PROPOSAL RETIREE HEALTH INSURANCE PROGRAM CONSULTING SERVICES I. INTRODUCTION This Request for Proposal ( RFP ) is being released by the Chicago Teachers Pension Fund ( CTPF) to solicit proposals

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

More information

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES RFP NO. 1516-2 I. INTRODUCTION A. PURPOSE The purpose of this Request for Proposal ( RFP ) is to solicit

More information

MASSACHUSETTS PORT AUTHORITY

MASSACHUSETTS PORT AUTHORITY MASSACHUSETTS PORT AUTHORITY Purchasing Department Logan Office Center One Harborside Drive Suite 200 S East Boston, MA 02128 REQUEST FOR PROPOSAL # 5778 SIP Core Installation RESPONSE DUE DATE: May 13,

More information

Commercial Scale Air Source Heat Pump Program System Owner s Agreement

Commercial Scale Air Source Heat Pump Program System Owner s Agreement Commercial Scale Air Source Heat Pump Program System Owner s Agreement Effective Date: May 4, 2017 The following System Owner s Agreement (the Agreement ) is issued by the Massachusetts Clean Energy Technology

More information

REQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL

REQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL REQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL RFP Circulation Date: 08/01/14 Proposal Submission Deadline: 08/20/14 1 CITY OF GALESBURG PURCHASING

More information

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION For Alameda CTC-funded projects subject to the Local Business Contract Equity (LBCE) Program Note to Project Sponsor: Be sure that your legal staff reviews

More information

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL Date Issued: November 14, 2016 Return Date & Time: Return To: December 6, 2016, 11:00 AM Keith Kazmark, RMC/CMC/MMC

More information

TENNESSEE EDUCATION LOTTERY CORPORATION

TENNESSEE EDUCATION LOTTERY CORPORATION Page 1 of 16 TENNESSEE EDUCATION LOTTERY CORPORATION REQUEST FOR QUALIFICATIONS FOR PRIZE ANNUITY CONTRACTS A. PURPOSE The Tennessee Education Lottery Corporation ( TEL ) is seeking to qualify firms capable

More information

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

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

More information

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

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

More information

for Developing and Implementing Quality Management System (ISO)

for Developing and Implementing Quality Management System (ISO) Health Authority Abu Dhabi REQUEST FOR PROPOSALS for Developing and Implementing Quality Management System (ISO) RFP # no.: 03/CS/HAAD/PT/2010 Bid issue date: February 18, 2010 Deadline for submission

More information

REQUEST FOR PROPOSAL. Professional Services for Insurance Management. REQUEST FOR PROPOSAL DATE: April 1, 2014

REQUEST FOR PROPOSAL. Professional Services for Insurance Management. REQUEST FOR PROPOSAL DATE: April 1, 2014 REQUEST FOR PROPOSAL Professional Services for Insurance Management REQUEST FOR PROPOSAL DATE: April 1, 2014 PROPOSALS DUE NLT: 3:00 pm, April 25, 2014 RFP # 1401048050A RFP# 1401048050A Insurance Management

More information

Invitation to Bid CO Video Laryngoscope

Invitation to Bid CO Video Laryngoscope Invitation to Bid 20161111-2CO Video Laryngoscope Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066

More information

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee PROPOSAL REQUEST Type I and Type II Ambulances For the Sumner County Emergency Medical Services Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 34-130717 July, 2013 Introduction

More information

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP). MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement

More information

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS TABLE OF CONTENTS 1. Executory Clause 3 2. Non-Assignment Clause 3 3. Comptroller s Approval 3 4. Workers Compensation Benefits 3 5. Non-Discrimination

More information

University of Massachusetts Lowell. BID REQUEST 2012 FORD CLUB WAGON Bid Number # CL12-EP-0025

University of Massachusetts Lowell. BID REQUEST 2012 FORD CLUB WAGON Bid Number # CL12-EP-0025 University of Massachusetts Lowell BID REQUEST 2012 FORD CLUB WAGON Bid Number # CL12-EP-0025 Introduction The University of Massachusetts Lowell (UMASS LOWELL) invites bids for a 2012 OR CURRENT FORD

More information

Invitation For Bid. Uniforms IFB U

Invitation For Bid. Uniforms IFB U Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Uniforms IFB-19-1807-7U This procurement is governed

More information

CONTRACT FOR CONSULTING SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO.

CONTRACT FOR CONSULTING SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO. West Ocean Boulevard, th Floor Long Beach, CA 00-0 CONTRACT FOR CONSULTING SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO. THIS CONTRACT

More information

INSTRUCTIONS TO BIDDERS

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

More information

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts 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 # 17-1212-1 This procurement is governed

More information

2018 Athletic Field Prep & Turf Materials

2018 Athletic Field Prep & Turf Materials Request for Proposals Equipment and Supplies April 23, 2018 Proposals Due: Thursday, May 3, 2018, 2:00pm Dan Voss Park District of Highland Park 636 Ridge Road Highland Park, IL 60035 April 23, 2018 Dear

More information