INVITATION FOR BIDS ( IFB ) NO DISPOSITION OF LOW HAZARD WASTE AND UNIVERSAL WASTE FOR THE LOS ANGELES COMMUNITY COLLEGE DISTRICT

Size: px
Start display at page:

Download "INVITATION FOR BIDS ( IFB ) NO DISPOSITION OF LOW HAZARD WASTE AND UNIVERSAL WASTE FOR THE LOS ANGELES COMMUNITY COLLEGE DISTRICT"

Transcription

1 LOS ANGELES COMMUNITY COLLEGE DISTRICT CONTRACTS OFFICE 6 TH FLOOR 770 WILSHIRE BOULEVARD LOS ANGELES, CALIFORNIA INVITATION FOR BIDS ( IFB ) NO DISPOSITION OF LOW HAZARD WASTE AND UNIVERSAL WASTE FOR THE LOS ANGELES COMMUNITY COLLEGE DISTRICT PROPOSED IFB NO SCHEDULE 1 : IFB No Issued: May 10, 2017 IFB No Questions Due: May 24, 2017 IFB No Bids Due: June 14, Dates provided in the schedule are merely estimates, and as such, not guaranteed. The dates are subject to change at the sole discretion of the LACCD.

2 TABLE OF CONTENTS I. INTRODUCTION A. Purpose of IFB B. About LACCD II. IFB INSTRUCTIONS AND CONDITIONS A. Bid Submission and Opening Date B. Bid Content and Format C. Meeting Bid Specifications D. Mandatory Requirements E. All Information Including Proposed Fees to be Accurate, Complete, and Valid F. Authorized Signatures G. Authorization to do Business H. Requirements I. Questions about IFB J. IFB Addenda K. Interpretation of Bid Documents L. Withdrawal of Bid M. Exemption from Disclosure N. Pre-contractual Expenses O. Joint Offers P. Basis of Award Q. Proposed Contract R. Exceptions/Deviations S. No Commitment to Award Agreement T. Acceptance of Bid U. Execution of Contract V. Term of Contract W. Default X. Protests III. GENERAL GOALS AND SCOPE OF SERVICES A. Personal Services Objectives B. Prohibitions and Exceptions C. General Conditions, Considerations, and Fees IV. EXHIBITS Exhibit A Bid Page and Statement of Intent Exhibit B Non-Collusion Affidavit Exhibit C Non-Discrimination Certification Exhibit D Confidentiality Agreement Exhibit E Acknowledgement of Addenda Exhibit F Exceptions and Deviations to Personal Services Agreement Exhibit G Personal Services Agreement Exhibit H References Exhibit I Subcontractors Exhibit J Treatment, Storage, and Disposal Facilities Exhibit K Spill Response Supplies/Equipment List for Foreseeable Emergencies Exhibit L Regulatory Citations, Order to Comply, Administrative Inquiries for Last Five Years of Operating Experience Exhibit M Financial Stability and Responsibility Exhibit N Personal Service Contract Fee Tables

3 I. INTRODUCTION A. PURPOSE OF IFB The Los Angeles Community College District ( LACCD or District ), a public institution of higher education, solicits bids from a business entity or business entities ( Bidder or Bidders ) to enter into a Personal Services Agreement ( Agreement ) with a qualified business entity ( Contractor ) to provide services in connection with the disposition of low hazard waste and universal waste during the period of this Agreement for any and all satellite and outreach locations of the LACCD and each of the following locations: 1. East Los Angeles College, 1301 Avenida Cesar Chavez, Monterey Park, CA Educational Services Center, 770 Wilshire Boulevard, Los Angeles, CA Los Angeles City College, 855 North Vermont Avenue, Los Angeles, CA Los Angeles Harbor College, 1111 Figueroa Place, Wilmington, CA Los Angeles Mission College, Eldridge Avenue, Sylmar, CA Los Angeles Southwest College, 1600 West Imperial Highway, Los Angeles, CA Los Angeles Trade-Technical College, 400 West Washington Boulevard, Los Angeles, CA Los Angeles Valley College, 5800 Fulton Avenue, Valley Glen, California Pierce College, 6201 Winnetka Avenue, Woodland Hills, CA West Los Angeles College, 9000 Overland Avenue, Culver City, CA B. ABOUT LACCD LACCD is a community college district in the State of California, which provides comprehensive lowerdivision general education, occupational education, transfer education, credit and non-credit instructional programs tailored to meet the needs of students for academic and occupational preparation, citizenship, and lifelong learning. LACCD serves several million residents in southern California within an area of 884 square miles of metropolitan Los Angeles and unincorporated areas of the County of Los Angeles. II. IFB INSTRUCTIONS AND CONDITIONS This IFB contains the instructions and conditions governing the requirements for a bid to be submitted by an interested Bidder, the format in which the bid is to be submitted, the material to be included therein, and the requirements that must be met. Each Bidder should carefully examine the entire IFB and be fully aware of the nature and quality of the services sought by LACCD as well as the conditions in providing such services. BIDS MAY BE REJECTED AS NON-RESPONSIVE IF THE BIDDER FAILS TO FULLY COMPLY WITH ANY OR ALL OF THE INSTRUCTIONS OR CONDITIONS SET FORTH IN THIS IFB. A. BID SUBMISSION AND OPENING DATE The Bidder shall submit to the District one (1) printed original bid and eight (8) copies of its bid, together with a USB drive containing an electronic version of its bid in editable Microsoft Word Format, no later than 2:00 p.m. on June 14, The printed original bid must be marked on the cover page with the following notation: ORIGINAL. Bids must be signed and shall become property of the District. Bids shall be submitted in a sealed package plainly marked with the following statement: IFB NO : DISPOSITION OF LOW HAZARD WASTE AND UNIVERSAL WASTE FOR LACCD; Opening Time and Date: 2:00 p.m. on June 14, Bids shall be submitted via mail or in person delivery no later than 2:00 p.m. on June 14, 2017 (the Bid Submission Deadline ). Bids shall be mailed or delivered as follows: 1

4 LOCATION: Contracts Office, 6 th Floor Los Angeles Community College District 770 Wilshire Boulevard Los Angeles, California Bids must be received in the Contracts Office of the Los Angeles Community College District by no later than the Bid Submission Deadline, and shall be opened in public shortly thereafter. No bids will be accepted after the bid submission deadline. Any bid received after the Bid Submission Deadline will be returned to the bidder unopened. It is the sole responsibility of each Bidder to ensure that its bid is timely and properly delivered to the District. If a bid is hand-delivered, ample time should be allowed for downtown Los Angeles traffic and parking. The District shall not be responsible for, nor accept as a valid excuse for late bid delivery, any delay in mail service or other method of delivery used by the Bidder, or any reason whatsoever, including but not limited to, weather or traffic conditions, illness, accident, delivery to wrong location, courier or parking problems, etc. The District will not accept bids via facsimile, and/or telephone call, and/or correspondence. The District does not provide parking to Bidders and/or third parties acting at the behest of Bidders. B. BID CONTENT AND FORMAT Bidders are cautioned to keep the bid pages intact and return all of the following documents when submitting their bid. The Bidder s failure to submit the complete bid pages may invalidate the bid. This IFB and the successful bid will become a part of any contract that is executed as a result of this IFB. Any bid attachments, documents, letters and materials submitted by the Bidder will be binding and may also be included as part of the contract. 1. Cover Page A cover page with the Bidder s name, the title, IFB No : Disposition of Low Hazard Waste and Universal Waste for LACCD; Opening Time and Date: 2:00 p.m. on June 14, Transmittal Letter/Introduction The letter of transmittal shall be addressed to the Contracts Office and must, at a minimum, contain the following: Identification of the business entity, including name, address and telephone number of the business entity; name, title, address, telephone number, and address of contact person; a statement to the effect that the bid shall remain valid for a period of not less than 120 days from the due date for submittal; signature of a person authorized to bind the Bidder to the terms of the IFB. 3. Table of Contents Immediately following the transmittal letter include a complete table of contents for material included in the bid, including page numbers. 4. Mandatory Documents Bidder Must Complete and Submit With Its Bid Exhibit A: Completed and signed Bid Page, including Statement of Intent; Exhibit B: Completed and signed Non-Collusion Affidavit; 2

5 Exhibit C: Completed and signed Non-Discrimination Certification; Exhibit D: Completed and signed Confidentiality Agreement; Exhibit E: Acknowledgement of all addenda issued by the District; Exhibit F: Completed and signed Exceptions and Deviations to Personal Services Agreement; Exhibit G: Personal Services Agreement; Exhibit H: Completed References; Exhibit I: Completed Subcontractors; Exhibit J: Completed Treatment, Storage, and Disposal Facilities; Exhibit K: Completed Spill Response Supplies/Equipment List for Foreseeable Emergencies; Exhibit L: Completed Regulatory Citations, Orders to Comply, Administrative Inquiries for Last Five Years of Operating Experience; Exhibit M: Completed and signed Financial Stability and Responsibility plus Certificate of Insurance; and Exhibit N: Completed Personal Services Contract Fee Tables. GRACE PERIOD FOR MISSING OR INCORRECT FILING OF EXHIBIT A N: In the event that the Bidder fails to submit all or any part of Exhibits A through N above with its submission or if any submitted item is incomplete or incorrect, the Contracts Office will notify the Bidder and the Bidder shall have an additional three (3) business days to submit the missing item to the Contracts Office. Failure to submit the missing item may result in the disqualification of the Bidder if the mandatory item is missing entirely. Failure to complete or correct a mandatory item will result in the Bidder s bid being considered in the form in which it was originally submitted, and possibly, non-responsive for failure to provide the required documents as per the instructions and conditions of this IFB. C. MEETING BID SPECIFICATIONS The services offered by the Bidder must meet the specifications as described in this IFB. The District reserves the right to reject as non-responsive any bid that does not meet the specifications as described in this IFB. 3

6 D. MANDATORY REQUIREMENTS The Bidder shall provide all required information including, but not limited to, references, subcontractors, treatment, storage and disposal facilities, spill response supplies/equipment list for foreseeable emergencies, regulatory citations, orders to comply, administrative inquiries for the last five years of operating experience, financial responsibility and stability, certificate of insurance, personal service contract fee tables, etc. in accord with article II., section B., subsection 4., of this IFB. The Bidder must complete and submit all Exhibits and mandatory document(s) herein to comply with the mandatory requirements of this IFB. E. ALL INFORMATION INCLUDING PROPOSED FEES TO BE ACCURATE, COMPLETE AND VALID The Bidder must provide information including, but not limited to, fee information for all items on the Personal Services Contract Fee Tables at Exhibit N. Failure to do so may invalidate the bid. The price bid must be accurate, complete and must be valid for the initial term of the contract. The Bidder is responsible for the accuracy of the bid submitted, and no allowance will be made for error or fee increases that the Bidder later alleges are retroactively applicable. F. AUTHORIZED SIGNATURES Exhibits A through F as well as Exhibit M must all be signed by the Bidder's authorized signatory and must be submitted by the Bidder in the sealed envelope along with its bid. The District is unable to accept any bid submitted without these statements completed and signed by the Bidder's authorized signatory. G. AUTHORIZATION TO DO BUSINESS All Bidders must be authorized to do business in California. If a Bidder is a sole proprietorship or partnership, the Bidder should furnish with its bid a copy of a current business license issued in California. If the Bidder is a corporation, it must be approved by the California Secretary of State to do business in California as shown by it having an ACTIVE status listed on the California Secretary of State website as of the date of evaluation of the bid. The Bidder should provide the corporate number issued by the Secretary of State with its bid. H. REQUIREMENTS The bidder shall be responsible for becoming familiar with the scope of services required by the District, and shall rely solely upon his or her own independent judgment, and not upon any statements or representations made by the District, whether express or implied. The failure or omission of any bidder to acquaint himself or herself with the service requirements of the District shall in no way relieve any Bidder from any obligation with respect to this bid or to the resulting agreement. The submission of a bid shall be taken as prima facie evidence of compliance with this section. I. QUESTIONS ABOUT IFB Questions regarding this IFB must be ed to Andrew Wellisch, Assistant Contracts Analyst, at wellisah@ .laccd.edu no later than May 24, 2017 (the Questions Deadline ). The District shall not be obligated to answer any questions received after the Questions Deadline or submitted in a manner other than as instructed above. A written response to timely and appropriately submitted questions will be posted on the website at The Bidder and/or third parties acting at the Bidder s behest should not contact District personnel in any manner related to this IFB other than the submission of questions via as specified above. 4

7 Unauthorized contact by the Bidder and/or third parties acting at the Bidder s behest with any District personnel may, at LACCD s sole discretion, be cause for rejection of a bid. J. IFB ADDENDA If it becomes necessary for the District to revise any part of this IFB, or to provide clarification or additional information after the IFB is released, a written addendum or addenda will be posted on the following website address: And-Proposals.aspx. It shall be the responsibility of the Bidder to check the website or to appropriately inquire with LACCD for any addenda issued. All addenda issued by LACCD shall become part of this IFB, and the Bidder shall acknowledge, in writing, receipt and incorporation of all addenda and clarifications in its response. Failure of the Bidder to receive addenda shall not relieve the Bidder from any obligation under its bid as submitted. The Bidder shall identify and list in its bid all addenda received and included in its bid. The Bidder s failure to identify and list in its bid all addenda received and included in its bid may be asserted by the District as a basis for determining a bid as non-responsive. K. INTERPRETATION OF BID DOCUMENTS If any person contemplating submitting a bid for the services proposed herein is in doubt as to the true meaning of any part of the bid documents, or finds discrepancies in, or omissions from the documents, he/she may submit to the District a written request for an interpretation of correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the bid documents will be made only by addendum duly issued and a copy of such addendum will be mailed or delivered to each person receiving a set of the bid documents. No person is authorized to make any oral interpretation of any provision in the bid documents to any bidder, and no bidder is authorized to rely on any such unauthorized oral interpretation. L. WITHDRAWAL OF BID The Bidder may withdraw a previously submitted bid at any time prior to the bid submission deadline. M. EXEMPTION FROM DISCLOSURE Bids will remain confidential in their entirety until the evaluation and analysis process is complete and a recommendation of an award has been submitted to the Los Angeles Community College District, except for information declared at the bid opening date. All bids submitted will become the property of the Los Angeles Community College District. The Bidder must identify, in writing, all copyrighted material, trade secrets, or other proprietary information that the preparer claims are exempt from disclosure under the Public Records Act (California Government Code Section 6250 et seq.). Any Bidder claiming such an exemption must also state in the bid that the Bidder agrees to indemnify and hold harmless the Los Angeles Community College District, its Board of Trustees, Los Angeles Valley College, Los Angeles City College, East Los Angeles College, Los Angeles Harbor College, Los Angeles Mission College, Pierce College, Los Angeles Southwest College, Los Angeles Trade-Technical College, West Los Angeles College, and its officers, employees and agents, from any claims, liability, or damages against, and to defend any action brought against above said entities for their refusal to disclose such material, trade secrets, or other proprietary information by any party." Failure of a bid to include such a statement will be deemed a waiver of any exemption from disclosure under the Public Records Act. A blanket statement that all contents of the proposal are confidential or proprietary will not be honored by the District. The Bidder s identification of a document as proprietary or confidential does not automatically confer exclusion from disclosure under the Public Records Act. 5

8 N. PRE-CONTRACTUAL EXPENSES Pre-contractual expenses are defined as any expenses incurred by the Bidder in: (1) preparing its bid in response to this IFB; (2) submitting that bid to LACCD; (3) negotiating with LACCD on any matter related to this IFB; or (4) engaging in any other activity prior to the effective date of award, if any, of a contract resulting from this IFB. LACCD shall not, under any circumstance, be liable for any pre-contractual expenses incurred by Bidders. All expenses including, but not limited to, pre-contractual expenses incurred by the Bidder in preparing the bid shall be borne and paid for solely by the Bidder. O. JOINT OFFERS Where two or more Bidders desire to submit a single bid in response to this IFB, they should do so on a prime-subcontractor basis rather than as a joint venture or informal team. LACCD intends to contract with a single business entity and not with multiple business entities doing business as a joint venture. P. BASIS OF AWARD The award will be made to the lowest responsive/responsible Bidder whose bid meets specifications described herein and shall be based on the lowest total fee for services to be provided by the Bidder for all items listed solely in section A, Universal Waste Streams, as set forth In Exhibit N of this IFB. There will be a two-step process for the determination of the lowest total fee for services for this IFB. First, the evaluator will determine the total fees by analyzing solely section A, Universal Waste Streams, for each bid based on the total lowest fee for services to be provided in the submitted bid in a document titled, Personal Services Contract Fee Tables, which is listed in Exhibit N. Since section A mentionedabove is the sole section for evaluation, it is important to note that Section B, Contractor Proposed Additional Line Items (Alternative Containers and/or Treatment Standard Fees), of Exhibit N will not be evaluated as the basis of award for the instant IFB. As to the first step of evaluation of total fees, each of the 16 item numbers in section A of Exhibit N will be equally weighted. Second, the evaluator will compare each bid and select the bid that reflects the lowest total fees for services based on solely section A of Exhibit N to be provided by the Bidder. Q. PROPOSED CONTRACT The Bidder selected for contract award through this IFB shall be required to enter into a written agreement with LACCD. The Personal Services Agreement presented at Exhibit G of this IFB is the agreement proposed for execution with the successful Bidder. It may be modified to incorporate other pertinent terms and conditions set forth in this IFB, including those added by addendum, and to reflect the Bidder s offer or the outcome of contract negotiations, if any, conducted by the Bidder. EXCEPTIONS TO THE TERMS AND CONDITIONS OF THE PERSONAL SERVICES AGREEMENT, OR THE BIDDER S INABILITY TO COMPLY WITH ANY OF THE PROVISIONS OF THE PERSONAL SERVICES AGREEMENT, MUST BE DECLARED IN THE BID, AS PROVIDED BELOW IN SECTION R, EXCEPTIONS/DEVIATIONS, OF THIS IFB. It may be modified to incorporate other pertinent terms and conditions set forth in this IFB, including those added by addendum, and to reflect the Bidder s offer or the outcome of contract negotiations, if any, conducted with the Bidder. EXCEPTIONS TO THE TERMS AND CONDITIONS OF THE PERSONAL SERVICES AGREEMENT, OR THE BIDDER S INABILITY TO COMPLY WITH ANY OF THE PROVISIONS OF THE PERSONAL SERVICES AGREEMENT, MUST BE DECLARED IN THE BID. The Bidder s attention is directed to sections 10 and 11 of the Personal Services Agreement, which specify the indemnity clause as well as the minimum insurance requirements that must be met by the 6

9 successful Bidder. The Bidder s inability or unwillingness to meet these requirements as a condition of award must be stated as an exception in the bid. R. EXCEPTIONS/DEVIATIONS Any exceptions to, or deviations from, or inability to comply with the requirements set forth in this IFB, including the terms and conditions contained in the Personal Services Agreement at Exhibit G of this IFB, must be declared in the bid submitted by Bidder. Failure to do so will prevent the Bidder from asserting its inability to comply with the terms or conditions later on. Such exceptions or deviations must be segregated as a separate element of the bid under Exhibit F under the heading, "Exceptions and Deviations. The District will make a good faith effort to consider contractual issues identified by Bidders and LACCD requires all proposing Bidders to similarly make a good faith effort to comply with the District s agreement terms and conditions. Bids that mandate the use of bidder's services contract, rather than utilizing the District s Personal Services Agreement will result in that Bidder s bid being judged as nonresponsive, and these bids will be rejected. Bids that reject the following integral provisions of the District s contract terms and conditions will be treated as a rejection of the District s contract and these bids will be rejected. Section 5 Term Section 14 Governing Law Section 15 Non-Discrimination Section 18 Board Authorization Section 24 District Authority Section 25 Accessibility Requirements The Bidder s attention is again directed to sections 10 and 11 of the Personal Services Agreement, which specify the indemnity clause and the minimum insurance requirements that must be met by the successful Bidder. The Bidder s inability or unwillingness to meet these requirements as a condition of award of an Agreement must be stated as an exception in the bid. Exceptions or deviations which are in conflict with the District's terms and conditions may render the bid non-responsive. In the event that exceptions and deviations to the Personal Services Agreement are requested after the contract has been awarded, the District may deem the bid nonresponsive and may disqualify the bid at its discretion. S. NO COMMITMENT TO AWARD AGREEMENT Issuance of this IFB and receipt of bids does not commit the District to award an Agreement. T. ACCEPTANCE OF BID Final acceptance of a bid shall be made by the Board of Trustees at a public meeting within approximately ninety (90) days from the date of the bid submission deadline. The District reserves the right to postpone bid opening for its own convenience, to accept or reject any and all bids, if it deems that such action is in the best interest of the District, and to withdraw the bid and discontinue the bid process. The District also reserves the right to waive any and all technicalities and non-substantive defects in any bid. U. EXECUTION OF CONTRACT The Bidder selected for contract award through this bid shall be required to enter into a written agreement with the District. The Personal Services Agreement presented in Exhibit G of this bid is the agreement proposed for execution. It may be modified by the District to incorporate other pertinent terms and conditions set forth in this bid, including those added by addendum, and to reflect the bidder s offer or the outcome of contract negotiations, if any, conducted with the Bidder. Exceptions to the terms and conditions of the District's Personal Services Agreement, or the bidder s inability to comply with any of the provisions of the Agreement, must be declared in the bid. 7

10 The agreement which the successful bidder will be required to execute incorporates all specifications, terms and conditions included in the bid documents, and all bid documents shall be carefully examined by the Bidder. V. TERM OF CONTRACT The contract awarded through this bid will be effective for a five-year period beginning approximately on September 1, 2017, unless terminated earlier in accordance with the provisions for termination specified hereunder. W. DEFAULT In the event that an apparently successful Bidder defaults or fails to execute the contract, the District may, at its election, accept the next lowest bid, or reject all bids and solicit new bids at that time. X. PROTESTS Any Bidder that has provided a sealed bid or proposal to the District may protest the solicitation or award of a contract for violations of LACCD s procurement policies or of laws and regulations governing LACCD's procurement activities, provided the bidder has complied with PP-04-09, Bid Protest and Appeals. In order to be considered, all protests must be in writing and filed with and received by LACCD, not more than five (5) business days following the date of issuance of the District s Notice of Intent to Award with the contact below. The protest letter must state the basis for the protest and the remedy sought. Protests received by LACCD after this date will be returned to the sender. Director of Business Services or Designee Los Angeles Community College District Business Services Division 770 Wilshire Boulevard, 6 th Floor Los Angeles, California Failure to timely file the bid protest shall constitute grounds for the District to deny the bid protest without further consideration of the grounds stated therein. 8

11 III. GENERAL GOALS AND SCOPE OF SERVICES A. PERSONAL SERVICES OBJECTIVES This IFB will provide services in connection with the disposition of universal wastes and other low hazard waste materials generated in the course of operations, maintenance, and general abatement activities and projects at all District locations. Universal wastes and other low hazard waste materials include, but not limited to, intact (i.e., not leaking such that any hazardous constituents are contained): 1. Batteries, except for lead-acid storage battery-types; 2. Cathode ray tube materials; 3. Dental amalgam wastes; 4. Dilators and weighted tubing; 5. Electronic devices and certain appliances; 6. Lamps; 7. Mercury-containing switches, novelties and products that contain such mercury wastes; 8. Mercury gas-flow regulators; 9. Mercury thermometers; 10. Thermostats; and 11. Tires. B. PROHIBITIONS AND EXCEPTIONS 1. The personal services contract shall not include provisions for the general purchase of containers, supplies, equipment, and other appurtenance associated with hazardous substance spill clean-up, facility decontamination, or any other hazardous waste generation and disposal activities. 2. The services listed in this IFB shall not include provisions for the characterization, collection, packaging, labeling, shipping, recycling, reutilization and/or treatment of any of the above listed wastes that may exhibit specific hazardous waste characteristics, which would preclude such material from being handled as universal and other low hazard wastes. C. GENERAL CONDITIONS, CONSIDERATIONS, AND FEES 1. General Bid Requirements The Bidder shall be required to submit the following additional information: a. Exhibit H: Five current references (at least one reference should be included in each of the general government, public, and private sectors), excluding the Bidder s subcontractors; b. Exhibit I: A list of subcontractors and the applicable personal services they will provide, including analytical tests, treatment, and transport, all of which must be preauthorized by the District (include EPA ID Nos and professional licenses, certifications, registrations, and/or permits that may apply); c. Exhibit J: A list of the permitted TSDF s or other facilities that will recycle, treat, store, incinerate, landfill, and/or otherwise dispose of submitted universal wastes, which must be preauthorized by the District; 9

12 d. Exhibit K: A list of decontamination supplies and equipment in order to assure appropriate response to foreseeable spills that may occur as a result of the Bidder s performance of these personal services; e. Exhibit L: A record listing regulatory citations issued from any federal, state, or local government agency or jurisdiction within the last five years of operating experience. The citation history must include all citations, administrative inquiries, and orders to comply; f. Exhibit M: A completed and signed document, Financial Stability and Responsibility, along with certificate of insurance; and g. Exhibit N: A completed set of Personal Services Contract Fee Tables. 2. Proposed Fees a. The Bidder shall complete and submit the Personal Services Contract Fee Tables in Exhibit N. At a minimum, for each line item list any subcontractor acronym or reference number, the fee that includes all labor, packaging materials, supplies, containers, container lids, pertinent field tests and/or analytical tests, transport, treatment, and equipment costs. The fees shall be listed per container or unit prescribed in the tables. b. The Bidder shall indicate the TSDF or Recycling Facility by acronym or reference number. c. The Bidder shall provide a legend to define acronyms and/or reference numbers utilized in completing the fee tables. d. The Bidder may provide additional line items that specify alternate treatment methods and/or container sizes that may better serve the District s financial interests. e. If the Bidder holds a specific or special license, permit, and/or registration for certain wastes, indicate self-haul or self-transport and the license or registration number and the permitting or licensing agency. f. If the Bidder enlists the services of a subcontractor, provide the specific license, permit, and/or registration number and the licensing agency. g. All fees must be expressed in U.S. dollars written as $0.00. The fees are generally written per unit, which may be found in the adjacent column. The units may not be altered. The Bidder may include additional information and fees for a particular waste stream that may have several treatment options. The Bidder may credit monies to the District for any listed waste stream by indicating a negative cost or minus sign preceding the stated value recorded in the fees column. The credit would be reflected on submitted invoices for personal services rendered by line-item. NOTE: A dollar figure preceded by a minus (-) sign in the Fees column represents a credit to the District (not a cost) for any listed waste stream, which would be reflected on the invoice for that service date. h. If the Bidder believes that a blank space does not apply or is not applicable, or N/A, the Bidder should indicate by reference number or note any specific reasons behind such a response. An N/A response will not summarily dismiss a Bidder as nonresponsive provided a suitable explanation is provided. 10

13 i. Submit additional pages as necessary to complete all information requested in this IFB. j. The Bidder must provide the additional information requested at Exhibit H through Exhibit M of this IFB. Exhibit H: References; Exhibit I: Subcontractors; Exhibit J: Treatment, Storage, and Disposal Facilities; Exhibit K: Spill Response Supplies / Equipment List for Foreseeable Emergencies; Exhibit L: Regulatory Citations, Orders to Comply, Administrative Inquires for the last five years of operating experience; and Exhibit M: Financial Stability and Responsibility Statement with certificate of insurance. 3. Scope of Work (Contractor) a. General services and fees shall include all materials and labor that may be associated with site visits and inspections, material conveyance equipment, individual covered containers, bulk containers, packaging materials, labeling materials, shoring, transportation, recycling, treatment, storage, and disposal costs. b. Additional labor, material, and transport costs shall not be considered to adjust or correct for errors and/or omissions performed by the Contractor, including spills and/or additional transport costs for waste materials that are not prepared or profiled correctly, or waste materials that are refused by licensed, registered, or permitted Recycling Facility or Treatment, Storage, and Disposal Facility (TSDF). c. The Contractor shall not pass transport costs onto the District due to storms, law enforcement activity, earthquakes, freeway closures, wildfires, or other delays that are not caused by the District. d. A District Facilities representative shall be in attendance to validate all services provided. Validation shall be assured by customer signature on applicable shipping documents. The Contractor shall not be authorized to sign such documents on behalf of any District location. e. Powered industrial trucks, lifts, and/or other conveyance equipment associated with these services are the sole responsibility of the Contractor. The Contractor is prohibited from utilizing District-owned powered industrial trucks. A college may provide assistance to the Contractor where approved by the Director of College Facilities or responsible College Administrator. The Contractor shall ensure that its employees are fully trained in the operation, safety, and maintenance of the vehicles and equipment utilized in their operations. f. The Contractor is prohibited from entry into any confined space or permit space at any District location unless the entry is authorized by the Director of College Facilities, or responsible College Administrator, and all work is controlled pursuant to Title 8 of the California Code of Regulations, Article 108, and Sections , as applicable. 11

14 g. The Contractor is responsible to provide all personal protective equipment and engineering control equipment as necessary to minimize, if not eliminate, any exposure to hazardous substances or harmful airborne contaminants to the Contractor s employees, District employees, and to the public. All services shall be conducted within designated or approved storage areas, facilities, or controlled areas demarcated by appropriate accident prevention signs and barriers. The Contractor shall not engage in any waste collection and disposal activity that may pose a risk of exposure to students and/or visitors. h. The Contractor shall permit the designated Facilities representative to verify the existence and condition of appropriate clean-up and/or absorption materials to sufficiently contain foreseeable spills that may result from the Contractor s activities upon request. i. The Contractor shall provide appropriate satellite collection containers at locations specified by the Director of College Facilities for collecting hazardous wastes at the various points of generation at no additional charge to the District. The District shall be responsible to maintain such waste containers while in its possession until such time as the Contractor replaces them with empty containers. Empty containers shall be provided with appropriate tight-fitting lids, locking rings, metal fasteners, and fill/vent caps, as applicable, in good working order. Empty containers provided by the Contractor shall not contain any hazardous wastes or residual waste of any kind from any other facility the Contractor services. j. The Contractor is responsible to utilize certified, licensed, registered, qualified, and/or knowledgeable personnel for performing the various services covered under this IFB. This responsibility includes utilizing personnel and/or subcontractors who are certified by competent medical authority, as required by any applicable health standard, and who possess the federal, state, and/or local license, registration, permit, or certification required to handle, prepare, package, label, and/or transport universal wastes and other low hazard waste materials to Recycling Facilities and/or TSDF s, as appropriate. k. The Contractor shall not perform experiments or permitted treatment of hazardous wastes on District property. The Contractor shall not perform any treatment of hazardous wastes for which the Contractor, Subcontractor, and/or their employees are not certified, licensed, registered, qualified, permitted, and/or knowledgeable. l. All personal services shall be provided in strict adherence to all applicable federal, state, and local laws. All materials shall be packaged, shored, and transported in such a manner as to preclude incidental breakage. The Contractor must have the requisite federal and/or state license, permit, registration, or certification necessary to undertake the operations identified within this IFB. m. The Contractor and/or subcontractors shall not be permitted to pull temporary EPA ID Numbers for District facilities. n. The Contractor shall understand that the District does not guarantee any minimum amount of any listed waste stream at any time. General or unspecified service fees and/or fuel surcharge fees of any kind are prohibited. Exception: Where the contractor identifies unlisted waste that is not covered in the Personal Services Agreement, the District s Risk Manager may authorize, in writing, appropriate waste characterization, packaging, labeling, shipment, treatment, and disposal not-to-exceed $500 per line item while a contract fees amendment is pending approval. o. The Contractor shall be required to agree to District onsite inspections of their facilities and recycling, treatment, storage, and disposal processes. 12

15 4. Records, Reports, and Notifications a. All records and copies of all shipping and transport documents shall be submitted with invoices of personal services rendered. Additional labor and/or document preparation fees shall not be authorized in providing required records. b. The Contractor shall submit an annual report detailing the various types of wastes removed from each District location, which will include an annual tonnage assessment of each waste stream for the District s use in preparing required annual reports to the California Environmental Protection Agency. The Contractor shall provide the report at no additional charge. c. The Contractor shall immediately notify the listed District representative whenever an incident, accident, or unusual event occurs in the servicing of these personal services. Immediate notification shall also be made in the event of any incident, accident, or unusual event associated with the shipping, transport, storage, recycling, or treatment of listed wastes offsite. d. The Contractor shall be responsible to make any telephone and/or written notification to regulatory agencies, as required by law, in servicing the contract. A copy of all written notices shall be provided to the District at the time of submission to regulatory authority. e. Invoices shall list the specific service by line item in Exhibit N of this IFB. 13

16 EXHIBIT A BID PAGE AND STATEMENT OF INTENT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH ITS BID The award will be made to the lowest responsive/responsible Bidder whose bid meets specifications described herein and shall be based on the lowest total fee for services to be provided by the Bidder for all items listed solely in section A, Universal Waste Streams, as set forth In Exhibit N of this IFB. There will be a two-step process for the determination of the lowest total fee for services for this IFB. First, the evaluator will determine the total fees by analyzing solely section A, Universal Waste Streams, for each bid based on the total lowest fee for services to be provided in the submitted bid in a document titled, Personal Services Contract Fee Tables, which is listed in Exhibit N. Since section A mentionedabove is the sole section for evaluation, it is important to note that Section B, Contractor Proposed Additional Line Items (Alternative Containers and/or Treatment Standard Fees), of Exhibit N will not be evaluated as the basis of award for the instant IFB. As to the first step of evaluation of total fees, each of the 16 item numbers in section A of Exhibit N will be equally weighted. Second, the evaluator will compare each bid and select the bid that reflects the lowest total fees for services based on solely section A of Exhibit N to be provided by the Bidder. TO THE BOARD OF TRUSTEES OF THE LOS ANGELES COMMUNITY COLLEGE DISTRICT: The undersigned bidder, having become familiar with the specifications, general contract conditions, bid conditions and instructions for completing the Bid Form, hereby offers to provide the services in accordance with its bid and subject to the terms and conditions set forth herein by references and attachments. Bidder (Type or Print Complete Legal Name of Firm) Check One: Sole Ownership By Partnership (Signature) Corporation Other (Specify) Printed Name Title Address Street City State Zip Phone ( ) Fax ( ) Date: 14

17 EXHIBIT B: NON-COLLUSION AFFIDAVIT NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH ITS BID (Name), being first duly sworn, disposes and says that he or she is (Title) of (Company), the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from proposing; that the bidder has not in any manner, directly, or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusion or sham bid. IN WITNESS WHEREOF, the undersigned has executed this Non-collusion Affidavit this Day of, BIDDER By Name (Type or Print Complete Legal Name of Firm) (Signature) (Type or Print Name of Signer) Title Address City State Zip 15

18 EXHIBIT C: NON-DISCRIMINATION CERTIFICATION CERTIFICATION OF NON-DISCRIMINATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH ITS BID Bidder hereby certifies that in performing work or providing products for the District, there shall be no discrimination in its hiring or employment practices because of age, sex, race, color, ancestry, national origin, religious creed, physical handicap, medical condition, marital status, or sexual orientation, except as provided for in Section of the California Government Code. Bidder shall comply with applicable federal and California anti-discrimination laws, including but not limited to the California Fair Employment and Housing Act, beginning with Section of the California Government Code. IN WITNESS WHEREOF, the undersigned has executed this Certificate of Non-Discrimination this day of, BIDDER By Name (Type or Print Complete Legal Name of Firm) (Signature) (Type or Print Name of Signer) Title Address City State Zip 16

19 EXHIBIT D: CONFIDENTIALITY AGREEMENT CONFIDENTIALITY AGREEMENT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH ITS BID The undersigned, a duly authorized officer of, does hereby represent, warrant and agree to the following statement: All financial, statistical, personal, technical or other data and information relating to the District s operation which are designated confidential by the District and made available to the undersigned shall be protected by the undersigned from unauthorized use and disclosure. Date: BIDDER By Name (Type or Print Complete Legal Name of Firm) (Signature) (Type or Print Name of Signer) Title Address City State Zip 17

20 EXHIBIT E: ACKNOWLEDGMENT OF ADDENDA The Bidder shall signify receipt of all Addenda, if any, here: ADDENDUM NO. DATE RECEIVED SIGNATURE If necessary, please print and sign additional pages. BIDDER By Name (Type or Print Complete Legal Name of Firm) (Signature) (Type or Print Name of Signer) Title Address City State Zip 18

21 EXHIBIT F - EXCEPTIONS AND DEVIATIONS TO PERSONAL SERVICES AGREEMENT The Bidder acknowledges it has seen and reviewed the Personal Services Agreement in Exhibit G and attests to the following: Any exceptions to or deviations from the requirements set forth in this bid, including the terms and conditions contained in the Personal Services Agreement (Exhibit G), must be declared in the bid submitted by the bidder. Such exceptions or deviations must be segregated as a separate element of the bid under the heading "Exceptions and Deviations. Exceptions or deviations which are in conflict with the District's terms and conditions may render the bid non-responsive and result in the rejection of the bid. Bids that reject any or all of the following integral provisions of the District s contract terms and conditions will be treated as a rejection of the District s contract, and these bids will be rejected. Section 5: Section 14: Section 15: Section 18: Section 24: Section 25: Term of Agreement Governing Law Nondiscrimination Board Authorization District Authority; and Accessibility Requirements. In the event that exceptions and deviations to the Personal Services Agreement are requested after the contract has been awarded, the District may deem the bid non-responsive and may disqualify the bid at its discretion. We have no exceptions or deviations to the Personal Services Agreement. We have the following or the attached exceptions and/or deviations to the Personal Services Agreement. BIDDER (Type or Print Complete Legal Name of Firm) By (Signature) Name (Type or Print Name of Signer) Title Address City State Zip 19

22 EXHIBIT G PERSONAL SERVICES AGREEMENT RECITALS WHEREAS, the District is authorized to contract for the procurement of goods and services as authorized by law; and WHEREAS, the Contractor is specially trained, experienced and competent to perform the services described herein pursuant to this agreement; NOW, THEREFORE, in consideration of the mutual covenants and conditions hereinafter contained, the parties hereby agree as follows: AGREEMENT 1. SERVICES. The Contractor shall perform the Services set forth in Attachment "1" (the "Services") in compliance with specifications and standards set forth in that Attachment. 2. WARRANTIES. The Contractor warrants that the Services (and any goods in connection therewith) furnished hereunder will conform to the requirements of this agreement (including all descriptions, specifications and drawings made a part hereof) and in the case of goods will be merchantable, fit for their intended purposes, free from all defects in materials and workmanship and to the extent not manufactured pursuant to detailed designs furnished by the District, free from defects in design. The District's approval of designs or specifications furnished by the Contractor shall not relieve the Contractor of its obligations under this warranty. All warranties, including special warranties specified elsewhere herein, shall inure to the District, its successors, assigns, and users of the Services. 3. FEES. The District shall pay the Contractor the fees set forth in Attachment 2, in accordance with the terms and conditions of this Agreement. The Contractor represents that such fees do not exceed the Contractor's customary current price schedule. The District shall pay all applicable taxes; excepting, however, the federal excise tax, and all state and local property taxes, as college districts are exempt therefrom. Payment shall be made by the District's Accounts Payable Office upon submittal of invoice(s) approved by the Vice-President of Administration, or designee, at the College. 4. EXPENSES. The Contractor shall assume all expenses incurred in connection with performance except as otherwise provided in this agreement. 5. TERM OF AGREEMENT. This agreement shall be for the term set forth above, unless sooner terminated pursuant to the terms hereof. 6. TERMINATION OF AGREEMENT. This agreement may be terminated by the District by providing 30 days' prior written notice to the Contractor or immediately upon breach of this agreement by the Contractor. 7. RIGHTS IN DATA. All technical communications and records originated or prepared by the Contractor pursuant to this agreement including papers, reports, charts, computer programs, and other documentation, but not including the Contractor's administrative communications and records relating to this agreement shall be delivered to and shall become the exclusive property of the District and may be copyrighted by the District. The ideas, concepts, know-how, or techniques relating to data processing, developed during the course of this agreement by the Contractor or jointly by the 20

INVITATION FOR BIDS ( IFB ) NO HAZARDOUS WASTE CHARACTERIZATION, COLLECTION, DISPOSAL, AND PETROLEUM FUEL DISPENSING SYSTEMS

INVITATION FOR BIDS ( IFB ) NO HAZARDOUS WASTE CHARACTERIZATION, COLLECTION, DISPOSAL, AND PETROLEUM FUEL DISPENSING SYSTEMS LOS ANGELES COMMUNITY COLLEGE DISTRICT CONTRACTS OFFICE 6 TH FLOOR 770 WILSHIRE BOULEVARD LOS ANGELES, CALIFORNIA 90017 INVITATION FOR BIDS ( IFB ) NO. 17-03 HAZARDOUS WASTE CHARACTERIZATION, COLLECTION,

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

REQUEST FOR PROPOSALS (RFP) NO

REQUEST FOR PROPOSALS (RFP) NO LOS ANGELES COMMUNITY COLLEGE DISTRICT CITY EAST HARBOR MISSION PIERCE SOUTHWEST TRADE-TECHNICAL VALLEY WEST ADMINISTRATIVE OFFICES: 770 WILSHIRE BOULEVARD, LOS ANGELES, CALIFORNIA 90017-3856 213/891-2000

More information

REQUEST FOR PROPOSALS (RFP) NO

REQUEST FOR PROPOSALS (RFP) NO LOS ANGELES COMMUNITY COLLEGE DISTRICT CITY EAST HARBOR MISSION PIERCE SOUTHWEST TRADE-TECHNICAL VALLEY WEST ADMINISTRATIVE OFFICES: 770 WILSHIRE BOULEVARD, LOS ANGELES, CALIFORNIA 90017-3856 213/891-2000

More information

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS BID NO. 18-4673 GASOLINE AND DIESEL FUEL DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS Purchasing Department 426 Locust Street Modesto, CA

More information

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by THE COMMUNITY AND ECONOMIC DEVELOPMENT ASSOCIATION OF COOK COUNTY, INC. Invitation for Bid Specification For Motor Vehicle Storage For CEDA Weatherization Bid Submitted by Bidder: Phone No. Address: Contact

More information

REQUEST FOR PROPOSALS (RFP) NO

REQUEST FOR PROPOSALS (RFP) NO LOS ANGELES COMMUNITY COLLEGE DISTRICT CITY EAST HARBOR MISSION PIERCE SOUTHWEST TRADE-TECHNICAL VALLEY WEST ADMINISTRATIVE OFFICES: 770 WILSHIRE BOULEVARD, LOS ANGELES, CALIFORNIA 90017-3856 213/891-2000

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

REQUEST FOR PROPOSALS (RFP) NO

REQUEST FOR PROPOSALS (RFP) NO LOS ANGELES COMMUNITY COLLEGE DISTRICT CITY EAST HARBOR MISSION PIERCE SOUTHWEST TRADE-TECHNICAL VALLEY WEST ADMINISTRATIVE OFFICES: 770 WILSHIRE BOULEVARD, LOS ANGELES, CALIFORNIA 90017-3856 213/891-2000

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY FEE PROPOSAL FORM Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 To the Trustees of

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSAL (RFP) 2014-102, POLICE SERVICES RFP DEADLINE- December 10, 2014 at 2:00 p.m. Advertisement Dates: November 26, 2014 and December 3, 2014

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

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

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

PROPOSAL REQUIREMENTS AND CONDITIONS

PROPOSAL REQUIREMENTS AND CONDITIONS 1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not

More information

Documents For HVAC Bid HVAC Bid # Proposal Opening Date & Time: Thursday, March 12, 2:00 p.m.

Documents For HVAC Bid HVAC Bid # Proposal Opening Date & Time: Thursday, March 12, 2:00 p.m. Merced Community College District Purchasing Department 3600 M Street Merced, CA 95348 Phone: (209) 384-6300 FAX: (209) 384-6310 Documents For HVAC Bid 2015-03 HVAC Bid #2015-03 Proposal Opening Date &

More information

2. Develop recommendations and best practices for the District to following in serving these students.

2. Develop recommendations and best practices for the District to following in serving these students. Homeless & Food Insecurity Services RFQ XXX Due no later than: Add Date, 2017 by 4pm to Purchasing, 33 Gough Street, San Francisco, CA 94103 khennig@ccsf.edu City College of San Francisco seeks a contractor(s)

More information

University of California, Riverside Barn Expansion

University of California, Riverside Barn Expansion SUBCONTRACT BIDDING DOCUMENTS FOR University of California, Riverside Barn Expansion 950493 TABLE OF CONTENTS Cover Page Table of Contents Advertisement for Bids Instructions to Bidders Information Available

More information

BID # EFI H1625 LED Wide Format Printer Fullerton College

BID # EFI H1625 LED Wide Format Printer Fullerton College BID # 1718-23 EFI H1625 LED Wide Format Printer Fullerton College REQUEST FOR INFORMATION DUE DATE: March 21, 2018 @ 5:00 P.M. BID DUE DATE: March 28, 2018 @ 2:00 P.M. TABLE OF CONTENTS NOTICE OF BID...1

More information

5. BID FORMS TABLE OF CONTENTS

5. BID FORMS TABLE OF CONTENTS 5. BID FORMS TABLE OF CONTENTS SECTION 1 BID FORM SECTION 2 BID DATA FORMS 2.A LIST OF PROPOSED SUBCONTRACTORS 2.B BID BOND SECTION 3 NON-COLLUSION AFFIDAVIT SECTION 4 BIDDER INFORMATION FORM 4.A INFORMATION

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK Name of Bidder Business Address Phone No. City/State Zip Code TO THE BOARD OF SUPERVISORS OF hereinafter referred to as,

More information

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST Kern Health Systems (KHS) is a government agency dedicated to running a fair bidding program to foster high quality business relationships.

More information

NOTICE TO CONTRACTORS CALLING FOR BIDS CITRUS COMMUNITY COLLEGE DISTRICT

NOTICE TO CONTRACTORS CALLING FOR BIDS CITRUS COMMUNITY COLLEGE DISTRICT NOTICE TO CONTRACTORS CALLING FOR BIDS DISTRICT: PROJECT DESCRIPTION: DATE/TIME FOR SUBMITTAL OF BID PROPOSAL: PLACE FOR SUBMITTAL OF BID PROPOSALS: BID AND CONTRACT DOCUMENTS AVAILABLE AT: CITRUS COMMUNITY

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 PUBLIC WORKS DEPARTMENT BID FORMS FOR LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL

More information

Suite 300 Tenant Improvement

Suite 300 Tenant Improvement BID FORM FOR: Suite 300 Tenant Improvement UNIVERSITY OF CALIFORNIA Office of the President Sacramento, CA 95814 February 19, 2014 BID TO: Pamela Madison, Space Planning Manager University of California,

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

ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL

ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL TO: FROM: PROSPECTIVE COUNSEL THE LOS ANGELES CITY ATTORNEY S OFFICE DATE: June 9, 2017 RE: REQUEST FOR PROPOSALS (RFP) FOR OUTSIDE HOUSING

More information

NUTANIX 1450 SERVER AND SUPPORT

NUTANIX 1450 SERVER AND SUPPORT INVITATION FOR BIDS (IFB) 5-3147 NUTANIX 1450 SERVER AND SUPPORT ORANGE COUNTY TRANSPORTATION AUTHORITY 550 South Main Street P.O. Box 14184 Orange, CA 92863-1584 (714) 560-6282 Key IFB Dates Issue Date:

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

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO BID COVER SHEET JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO **************************************** PROPOSAL CONTRACT DOCUMENTS FOR FIRE STA TION #202 3650 Hoover Road Concrete Rear Replacement

More information

REQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS

REQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS Elverta Joint Elementary School District 7900 Eloise Ave. Sacramento, CA 95626 REQUEST FOR PROPOSALS E-Rate Yr 15 (2012-2013) INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS RFP # 2012-03 Request for

More information

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 PUBLIC WORKS DEPARTMENT BID FORMS FOR ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

TULARE COUNTY OFFICE OF EDUCATION. Router TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.06 Court Community Schools E-Rate Router Issuing Date: 1/10/18 Due Date and Time: 2/21/18 @ 2:00:00 pm Tulare County Office of Education 6200

More information

Housing Authority of the Borough of Keansburg

Housing Authority of the Borough of Keansburg Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Telephone: # 732-787-6151 / Fax: # 732-787-5204 JUDY FERRARO Chairperson MARY FOLEY Vice-Chairperson YOLANDA ANN COMMARATO

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL NO. 17/18-15 FINANCIAL ADVISORY SERVICES

More information

BID # 6859 HUMAN SERVICES AGENCY CALL CENTER NEW ANCILLARY FURNITURE AND ASSOCIATED SERVICES

BID # 6859 HUMAN SERVICES AGENCY CALL CENTER NEW ANCILLARY FURNITURE AND ASSOCIATED SERVICES BID # 6859 HUMAN SERVICES AGENCY CALL CENTER NEW ANCILLARY FURNITURE AND ASSOCIATED SERVICES COUNTY OF SAN JOAQUIN 44 N. SAN JOAQUIN STREET, SUITE 540 STOCKTON, CA. 95202 FOR: HUMAN SERVICES AGENCY DEPARTMENT

More information

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM PUBLIC WORKS DEPARTMENT BID FORMS FOR POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM-19-019 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID

More information

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER August 2017 Name of Bidder Address Telephone Number TABLE OF CONTENTS CITY OF KALISPELL Used Asphalt Paver Title No. of Pages Table of Contents (This

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

KELTY TAPPY DESIGN, INC.

KELTY TAPPY DESIGN, INC. KELTY TAPPY DESIGN, INC. ARCHITECTURE PLANNING URBAN DESIGN FURNITURE BID DOCUMENTS LAGRANGE COUNTY PUBLIC LIBRARY Introduction Thank you for your interest in providing furniture-related items for the

More information

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA Introduction & Summary The City of Santa Monica (the City ) is distributing this Request

More information

Request for Proposal Internet Access

Request for Proposal Internet Access Philadelphia/Neshoba County Public Library Request for Proposal Internet Erate Funding Year July 1, 2015 through June 30, 2016 REQUEST FOR PROPOSAL Internet Philadelphia/Neshoba County Public Library January

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

REQUEST FOR PROPOSALS (RFP) NO

REQUEST FOR PROPOSALS (RFP) NO LOS ANGELES COMMUNITY COLLEGE DISTRICT CITY EAST HARBOR MISSION PIERCE SOUTHWEST TRADE-TECHNICAL VALLEY WEST ADMINISTRATIVE OFFICES: 770 WILSHIRE BOULEVARD, LOS ANGELES, CALIFORNIA 90017-3856 213/891-2000

More information

EXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08

EXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08 UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000) BID AND CONTRACT DOCUMENTS EXTERIOR STAIR AND HANDRAIL REPLACEMENT Bid No. B15-08 Bid Due Date:

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

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

RETIREE HEALTH BENEFITS TRUST

RETIREE HEALTH BENEFITS TRUST RETIREE HEALTH BENEFITS TRUST Request for Qualifications and Proposals (RFQ/P) #566 for Legal Services - Retiree Benefits Trust Fund Program REQUEST FOR QUALIFICATIONS and PROPOSALS (RFQ/P) #566 for Legal

More information

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

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

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

TULARE COUNTY OFFICE OF EDUCATION. Router TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.08 La Sierra Military Academy E-Rate Router Issuing Date: 1/17/18 Due Date and Time: 2/27/18 @ 2:00:00 pm Tulare County Office of Education 6200

More information

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal Tire Disposal Lincoln County Solid Waste RFP #2015-0709 Tire Disposal 1. Introduction 1.1. Lincoln County Solid Waste is seeking proposals from qualified Contractors interested in providing a minimum of

More 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

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

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

More information

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # 2018-12 AT CASTLE AUTOMOTIVE TECHNOLOGY 2245 JETSTREAM DRIVE BUILDING #325 ATWATER, CA 95301 MERCED COUNTY OFFICE OF EDUCATION

More information

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS For Real Estate Brokerage Services for the Global Center for Health Innovation FIRSTMERIT CONVENTION

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

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006 Corona-Norco Unified School District 2820 Clark Ave. Norco, CA 92860 Just in Time Classroom and Office Supplies Bid # 15/16-006 November 16, 2015 1 Just in Time Classroom and Office Supplies Bid # 15/16-006

More information

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 PUBLIC WORKS DEPARTMENT BID FORMS FOR 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

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.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

Bid No. B17-13 Bldg 1300 HVAC

Bid No. B17-13 Bldg 1300 HVAC Bid No. B17-13 Bldg 1300 HVAC INFORMAL BID ***PREQUALIFIED CONTRACTORS ONLY*** BID DUE DATE: WEDNESDAY, April 19, 2017, 2:00P.M. CABRILLO COMMUNITY COLLEGE DISTRICT PURCHASING, CONTRACTS & RISK MANAGEMENT

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

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

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

More information

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

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

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

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

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

More information

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

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

More information

TOWN OF ROCKLAND. Request for Proposal SNOW & ICE REMOVAL

TOWN OF ROCKLAND. Request for Proposal SNOW & ICE REMOVAL TOWN OF ROCKLAND BROWN COUNTY, WISCONSIN Request for Proposal SNOW & ICE REMOVAL Issued February 23, 2015 DEADLINE 12:30 PM Monday, March 16, 2015 CONTACT: DENNIS CASHMAN CHAIRMAN 1712 BOB-BEA-JAN ROAD

More information

Request for Proposal # Executive Recruitment Services

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

More information

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

More information

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste Request for Proposal #2019-020 Grinding and Processing Services for Yard/Pallet Waste Due Date: October 23, 2018 Time: 2:00 pm Receipt Location: Government Building 500 N. Main Street, Suite #709 Administrative

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 PUBLIC WORKS DEPARTMENT BID FORMS FOR CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT

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

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Dairy Products. Bid # 14/15-002CNS

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Dairy Products. Bid # 14/15-002CNS Corona-Norco Unified School District 2820 Clark Ave. Norco, CA 92860 Dairy Products Bid # 14/15-002CNS June 25, 2014 1 Dairy Products Bid # 14/15-002CNS Table of Contents Notice Inviting Bids....................

More information

GROUNDS MAINTENANCE AGREEMENT

GROUNDS MAINTENANCE AGREEMENT GROUNDS MAINTENANCE AGREEMENT THIS AGREEMENT is entered into this day of, 2012, by and between the City of Plant City ( City ) and Company ), whose address is. WHEREAS, City desires to retain Company to

More information

BIDDING DOCUMENTS FOR THE MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT FOR MT. SAN JACINTO COLLEGE FACILITIES RENOVATION PROJECT AUDIOVISUAL SYSTEMS

BIDDING DOCUMENTS FOR THE MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT FOR MT. SAN JACINTO COLLEGE FACILITIES RENOVATION PROJECT AUDIOVISUAL SYSTEMS BIDDING DOCUMENTS FOR THE MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT FOR MT. SAN JACINTO COLLEGE FACILITIES RENOVATION PROJECT AUDIOVISUAL SYSTEMS DSA Application No. N/A Informal Bid No. 2018-006 MT.

More information

Bid No. B17-07 HVAC Controls

Bid No. B17-07 HVAC Controls Bid No. B17-07 HVAC Controls INFORMAL BID ***Pre-Qualified Contractors Only*** BID DUE DATE: WEDNESDAY, February 1, 2017, 2:00P.M. CABRILLO COMMUNITY COLLEGE DISTRICT PURCHASING, CONTRACTS & RISK MANAGEMENT

More information

Request for Proposals

Request for Proposals RFP #G058 Request for Proposals A/E Design Consulting Services Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM March

More information

CONSTRUCTION CONTRACT EXAMPLE

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

More information

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

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

More information

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) May 26, 2017

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) May 26, 2017 CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 May 26, 2017 Invitation for Bid M170020519 Tire Installation for Medium Duty, Heavy Duty, Commercial, Fire Apparatus,

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

COVINA-VALLEY UNIFIED SCHOOL DISTRICT

COVINA-VALLEY UNIFIED SCHOOL DISTRICT COVINA-VALLEY UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACTING SERVICES RFP NO. 15-16-105 REQUEST FOR PROPOSAL SUBMITTAL DEADLINE NOVEMBER 6, 2015 AT 11:00AM SUBMIT TO: COVINA-VALLEY

More information

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

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

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

*Audio Video Design-Build Group Cypress, CA

*Audio Video Design-Build Group Cypress, CA EXHIBIT A Page 1 of 1 BID NO. 311 AUDIO VISUAL EQUIPMENT AND INSTALLATION IRVINE VALLEY COLLEGE MARCH 30, 2015 CONTRACTORS AMOUNT *Audio Video Design-Build Group Cypress, CA Digital Networks Group, Inc.

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information