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

Size: px
Start display at page:

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

Transcription

1 MUNICIPAL COUNCIL Sonya D. Sanders President Derrick D. Perry, Vice President Heather Lewis, District 2 Valerie Scott Cooper, District 3 Hakim Jones, District 4 Olivia Brady, At Large Rebecca Smith, At Large Crandall O. Jones Municipal Administrator MUNICIPALITY OF NORRISTOWN REQUEST FOR PROPOSALS (RFP): MUNICIPAL TOWING SERVICES, 2018 PROPOSAL INFORMATION Submittal Deadline: 3:00 p.m. on Friday, March 2, 2018 Submit Proposals to: Office of the Municipal Administrator Municipality of Norristown 235 East Airy Street Norristown, PA Contact for Questions: Officer Christopher Lefebvre Norristown Police Department (610) clefebvre@norristown.org

2 REQUEST FOR PROPOSALS: Municipal Towing Services for Norristown, Pennsylvania The Municipality of Norristown will accept sealed proposals for municipal towing services for Norristown, Pennsylvania, until 3:00 p.m. on Friday, March 2, 2018 at Municipal Hall, 235 E. Airy St, Norristown, PA All proposals shall be in accordance with the Request for Proposal ( RFP ) specifications which are available and can be picked up at the Office of the Municipal Administrator, 1 st Floor, Municipal Hall, and 235 E. Airy St, Norristown, PA For a copy of the RFP, please ciwanowicz@norristown.org or call Sealed envelopes containing the proposals s h o u l d be identified: Proposal - Municipal Towing Services, 2018 The envelopes should be delivered via hand-delivery service or overnight mail delivery service to the Office of the Administrator, at the address listed above, so as to arrive by the specified date and time specified above. The Municipality of Norristown will require three (3) print copies and one (1) electronic copy of the proposal. If you have any questions regarding the contents of this RFP, please contact Officer Christopher Lefebvre as noted in the Request for Proposal. Crandall O. Jones Municipal Administrator

3 REQUEST FOR PROPOSALS: Municipal Towing Services for Norristown, Pennsylvania TABLE OF CONTENTS I. GENERAL INFORMATION A. BACKGROUND B. PROJECT GOALS C. RFP SCHEDULE D. QUESTIONS E. ADDENDA II. SCOPE OF WORK... 4 A. TOWING SERVICES B. TOWING FEES C. STORAGE OF IMPOUNDED VEHICLES D. INSURANCE E. INDEMNIFICATION F. MISCELLANEOUS III. PROPOSAL ELEMENTS A. GENERAL REQUIREMENTS B. FORMAT OF TECHNICAL PROPOSAL C. FORMAT OF COST PROPOSAL IV. SELECTION PROCESS A. SELECTION DATE B. EVALUATION CRITERIA C. AWARD D. RESERVATIONS REGARDING SELECTION V. CONTRACT TERM

4 I. GENERAL INFORMATION A. BACKGROUND Norristown is a Home Rule Municipality located in Montgomery County, Pennsylvania comprising approximately 34,484 residents. The Municipality functions under a seven (7) member Council-Manager form of government and provides numerous services to its residents including, but not limited to: Building Permitting and Code Inspection, Public Safety, and Parking Enforcement, which includes the provision of municipal towing services. B. PROJECT GOALS The Municipality of Norristown is seeking sealed proposals for towing and related services. The Municipality intends to award multiple contracts to responsible towers for a three year period. Specifications for the removal, towing, impounding and disposal of illegally parked/disabled vehicles are listed below and are supplemented by the Municipality of Norristown s Towing Ordinance adopted February 1, 2005, which is available for inspection at the Office of the Municipal Administrator located at 235 East Airy Street, Norristown, PA This RFP is NOT subject to the competitive bidding process and any contract entered into as a result of any proposal will not be base on the concept of lowest responsible bidder. Furthermore, the Municipality has the right to reject any and all proposals. C. RFP SCHEDULE (subject to change) This Request for Proposal will accommodate the following tentative schedule: DATE February 2, 2018 March 2, 2018 March 2, 2018 March 5-9, 2018 March 5-9, 2018 March 20, 2018 EVENT RFP Issued and Advertised Submission Deadline (3:00 p.m.) Proposal Opening (3:30 p.m.) Review & Evaluation of Submissions Oral Presentations (as required) Proposal Award by Municipal Council D. QUESTIONS Any questions regarding this Request for Proposal should be directed to the Norristown Police Department in writing (preferably ) to: Officer Christopher Lefebvre Norristown Police Department (610) clefebvre@norristown.org All questions must be received by 2:00 p.m. on February 23, Inquiries received after 2:00 p.m. will not receive responses. No responses will be provided to telephone inquiries. 3

5 E. ADDENDA To ensure consistent interpretation of certain items, answers to questions the Municipality deems to be in the interest of all will be made available to all other Respondents. Responses to questions will not be issued in the form of an Addendum to the Request for Proposal. The Municipality of Norristown may, at our discretion and without explanation to the prospective consultant(s), at any time choose to discontinue this RFP without obligation to such prospective consultant(s). II. SCOPE OF WORK The Municipality desires to enter into an Agreement for Services with towing companies to provide towing services to include removal and impounding of illegally operated or parked vehicles within Norristown. The following scope of services shall be required of all towing companies wishing to submit a proposal and enter into an Agreement for Service: A. TOWING SERVICES 1. The Contractor shall have his/her principle place of business and towing vehicles and equipment to be used within 5 miles of the boundaries of the Municipality of Norristown. 2. Request and authorization for the towing of vehicles from Municipal streets shall be made only by the Norristown Chief of Police or his authorized representative and any requests made by any other person or persons shall not be honored. 3. In emergency situations, at the sole discretion of the police officer or other emergency response personnel, the Municipality may elect to call out a tower(s) outside the normal rotation or others not under contract when, in the opinion of the Municipality, the requirements of the job necessitate special equipment or capabilities not possessed by every tower or whenever the contracted tower(s) cannot provide a response that meets the immediate needs of the municipality. In these situations the tower called out to the job shall be responsible for all phases of the operation, including towing and storage. 4. The removal and towing service shall be provided on a 24-hour per day, seven days per week basis, with a fifteen (15) minute response time and in accordance with the Municipality of Norristown Towing Ordinance. Failure to respond in the aforementioned time period will result in the calling of an alternate tower and shall be a Contractor default of the Agreement for Services. The Contractor shall provide the Norristown Police Department with a single telephone number to be used to request service. 5. The Contractor shall be responsible for having properly licensed and operable towing equipment both available and capable of removing from the Municipal Streets, or other areas requested by police any type of vehicle, in any condition, and transporting same to the place of impoundment without placing in jeopardy the towed vehicle and/or persons, 4

6 vehicles, objects and property encountered along the route and in accordance with the Municipality of Norristown Towing Ordinance. 6. The Contractor shall comply with all Federal, State and Local laws, ordinances and regulations pertaining to the towing, impoundment and disposal of vehicles. 7. The Contractor shall supply written reports in a format defined by the police, on a monthly basis, to include at a minimum the following information related to vehicles towed at the direction of the police department: a. Date of tow, time of tow, driver name, location of pick up. b. Make/model/color of vehicle, registration, VIN, owner name. c. Storage location, days in storage. d. Towing fee, administrative fee, additional fee, boot fee. 8. All official vehicles of the Municipality of Norristown and other vehicles deemed to be of evidentiary value shall be towed, and stored, if necessary, at no cost to the Municipality, and or the victim/owner and in accordance with the Municipality of Norristown Towing Ordinance. B. TOWING FEES 1. The Contractor shall be responsible to collect and remit to the Municipality all fees, with the exception of the boot fee. Fees due to the Municipality must be paid by the end of the 15th calendar day after the date of an invoice from the municipality for all tows conducted by the Contractor during the previous month. 2. The costs of towing, adopted by Resolution of Municipal Council, shall apply to the Contractor and may be adjusted by Resolution of Municipal Council at its discretion. The towing rates must be prominently posted at the Contractor s place of business. These are the fees that will be proposed to Council and are subject to their approval of the fee resolution: Gross Vehicle Weight Towing Fee Rate Daily Storage Class 1 - Light Duty less than 5000 lbs. $ $50.00 Class 2 - Light Duty 5,001 10,000lbs $ $50.00 Class 3 - Medium Duty- 10,001 26,000 lbs. $ $50.00 Class 4 - Medium Duty 26,001 60,000 lbs. $ $50.00 Class 5 - Heavy Duty 60,000 80,000 lbs. $ $50.00 Daily Storage charges are accrued on a 24-hour basis from the time of the tow. 5

7 Additional charges to be added to the basic towing fee: a. Hourly rate after first half hour: $40.00 (The first half hour is actual time the tower spends hooking up the vehicles.) b. Hourly rate for extra staff or second truck $40.00 c. When recovery work is required, (Examples are: vehicles overturned, down an embankment, off the roadway, on top of guardrails or curbs, in parking spots between cars with limited access and no keys, stuck on top of or stuck together with another vehicle), where additional services/labor, over and above a standard tow job are performed, charges for this recovery work may be invoiced over and above the standard towing charge as long as they are usual and customary in the towing industry both in our geographic region and nationwide by towing companies performing specialty police work. It will be the responsibility of the tower to justify these charges if challenged. If the municipality deems the charges to be excessive (in the sole discretion of the municipality), the tower will agree to adjust their invoice to an amount agreeable to the municipality. d. Administrative Fee Reimbursement to the Municipality of Norristown at the time of release to the public and/or when a vehicle is officially salvaged, which shall be credited to the Municipality of Norristown s General Fund. $ e. Night Towing. An additional administrative fee of $15.00 shall be charged for all towing between 6:00 PM & 6:00 AM, which will be retained by the tower. f. Booting. If the vehicle is towed with a boot affixed, a $100 additional charge shall be added. Other Charges Lockouts: $35.00 Jump Starts: $35.00 Tire Changes: $ The Contractor shall accept credit cards or cash as a method of payment by authorized persons seeking to recover a towed vehicle. C. STORAGE OF IMPOUNDED VEHICLES 1. All qualified bidders must have storage facilities conforming to zoning provisions of the Municipality in which they exist, within 5.0 miles of the corporate limits of the Municipality of Norristown and in accordance with the Municipality of Norristown Towing Ordinance. The place of impoundment shall be large enough to accommodate any and all vehicles placed therein without that the doors of a vehicle may be opened without striking an adjacent vehicle and there is no contact between vehicles placed in 6

8 line with each other and in accordance with the Municipality of Norristown Towing Ordinance. 2. The place of impoundment for towed vehicles shall be enclosed and secured adequately to prevent vandalism to the vehicles impounded and in accordance with the Municipality of Norristown Towing Ordinance. The area shall be secured with a locked gate and surrounded by a fence that is at least six (6) feet in height. This area shall comply with all related Municipality ordinances for the storage of vehicles, and shall be open for inspection by Municipality officials and for the pick-up of vehicles by owners provided they meet the conditions hereof. Authorized person (s) seeking to recover a towed vehicle shall have proper identification and Police Department Towing Release and shall be permitted to remove their vehicles upon payment of proper charges in accordance with the Towing Fee Schedule either by cash or credit card between 8:00 am and 8:00 pm on a seven (7) day a week basis. The daily storage fee shall be assessed on a twentyfour (24) hour basis that commences at the time of the tow. The Police Department shall have access to any towed vehicle on a twenty-four (24) hour basis. If a towed vehicle is not released under the above-stated conditions, the Contractor shall be in default under this Agreement. Owners of vehicles, upon presentation of proper identification to the Contractor, shall be allowed to retrieve their owner s card and insurance information from the stored vehicle. 3. The Contractor shall provide the police department, upon request, with a large storage area for vehicles stored for evidentiary purposes. This storage area, once used for police storage, shall be protected from adverse weather and shall be under the sole control and accessible only by the Norristown Police Department. 4. The Contractors shall maintain an office at the place of impoundment staffed by at least one person competent to return a towed vehicle to its proper owner or agent thereof. The office shall be open and staffed during such hours that the vehicles may be retrieved by their owners without undue inconvenience and in accordance with the Municipality of Norristown Towing Ordinance. 5. The hours of business shall be posted at the principal entrance to the place of impoundment in letters and numbers sufficiently large to be seen and read without difficulty by a person with normal vision; this must also be in accordance with the Municipality of Norristown Towing Ordinance. 6. The Contractor shall notify the police department in writing (via ), immediately, of any vehicle impounded for five days from the day of the tow. 7. In addition to the removal of vehicles, the Contractor shall clean up at the scene of any accident, removing hazardous substances, broken glass, metal and other debris as required by the officer of the Police Department in charge of the accident scene. Proper equipment for such cleanups, including oil drying chemical, brooms and shovels, shall be carried on all of the Contractor s responding Towing Vehicles. 7

9 8. Unclaimed vehicles, for which the Contractor has filed a PennDOT form 952, and which have an estimated value of $1,001 or more shall be stored at the Contractor s principle facility within five miles of the Municipal Boundary. Unclaimed vehicles valued at $1,000 or less may, at the discretion of the Contractor, be stored at a remote facility, provided (1) the facility is approved by the Municipality for storage; (2) the Municipality receives prior notification that a vehicle will be relocated; and (3) that should the vehicle need to be returned to the principle storage facility for any reason, the Contractor shall bear all associated costs of relocation. D. INSURANCE 1. The Contractor shall be responsible for the care and protection of all vehicles and their contents when towing or storing vehicles for the Municipality, and shall be required to procure and maintain proper insurance coverage. The Contractor shall supply two (2) copies of current certificates of insurance from companies licensed to do business in the Commonwealth of Pennsylvania, having an AM Best Rating of A-VI or better, and acceptable to the Municipality as follows: a. Workers compensation insurance for its employees in accordance with statutory requirements of the Commonwealth, and Employers Liability with limits of $100,000/$500,000/$100,000. A waiver of subrogation shall be provided in favor of the Municipality, with respect to this coverage. b. Commercial General or public liability insurance covering the Contractor, its subcontractors and the Municipality as additional insured for injury or damage caused directly or indirectly by it or its employees for the following limits: Bodily injury-each person $1,000,000 Bodily injury-each occurrence $1,000,000 Property damage-each occurrence $1,000,000 Garage keeper s legal liability (all risk Coverage-each occurrence) $500,000 Annual Aggregate $2,000,000 c. Vehicles-Liability insurance for all vehicles with the following limits. Bodily injury-each person $1,000,000 Bodily injury-each occurrence $1,000,000 Property damage-each occurrence $1,000,000 or Combined Single Limit $1,000,000 d. Umbrella or Excess Liability insurance with minimum limits of $1,000,000 per occurrence and aggregate over the Automobile, General, and Employers Liability. 2. The Municipality shall be named as an additional insured on such policies with a waiver of subrogation. Thirty (30) days notice of cancellation of any such policies shall be provided to the Municipality. 8

10 3. A subcontractor retained by the Contractor to provide services shall be required to maintain the insurance coverage required of the Contractor and shall provide evidence of insurance acceptable to the Municipality prior to commencing work hereunder. 4. If the Contractor receives notice of cancellation or non-renewal of any or all the coverages set forth above, the Contractor shall notify the Municipality of such cancellation or non-renewal within two (2) working days of such receipt. The Contractor shall cease all work until coverage acceptable to the Municipality is obtained by the Contractor. E. INDEMNIFICATION The Contractor and his surety shall indemnify and save harmless the Municipality of Norristown and all its officers, agents and employees from all suits, actions or claims of any character, name and description brought for or on account of any claims of injury or damage received or sustained by any person(s) or property on account of any negligence or fault of the Contractor, his agents or employees in the execution of the contract. F. MISCELLANEOUS 1. The towing contractor shall maintain his business premises in such a fashion so as not to violate any applicable Municipal codes and ordinances. 2. The towing contractor and his or her employees performing work on behalf of the Municipality shall not have been convicted of a misdemeanor of the 1st degree or greater prior to and during the term of this contract as described by the Municipality of Norristown Towing Ordinance. 3. If there is a conflict between the aforesaid scope of services and the Municipality of Norristown Towing Ordinance the provisions of Ordinance shall control. The Contractor shall pay to the Municipality an annual license fee established from time to time by Resolution of the Municipal Council. 4. The Contractor shall not charge a fee for the towing or storage of any vehicle owned or leased by the Municipality or against any owner/victim whose vehicle was towed at the request of the police department for investigatory purposes, nor against any other law enforcement agency who receives a vehicle out of storage for their investigatory purposes. 5. The Contractor shall acquire and maintain communications in a way that is acceptable to the Municipality. 6. The Contractor shall not give advice in any manner regarding any person, company or entity that performs vehicle repairs regarding vehicles towed by the Contractor. 7. If a vehicle owner or lessee or other authorized representative of the owner or lessee requests the vehicle to be towed to another location, the Contractor shall advise the 9

11 customer in advance of any charges in addition to the Towing Fee Schedule. 8. If the Contractor is called by the Police Department to perform any other service(s), the Contractor agrees to charge only the amount designated in the Towing Fee Schedule for that (those) specific service(s). 9. As required by subsection 7301 of the Pennsylvania Vehicle Code, the Contractor shall comply with the requirements of that chapter, possess a salvor s certificate of authorization and be capable of performing the duties of a salvor in a manner consistent with the public interest. The Contractor shall file a copy of its/their salvor s license with the Police Department. 10. All complaints against the Contractor will be investigated and recorded. Any one or more violations may result in a Contractor default and/or termination, within the sole discretion of the Municipality. 11. The Contractor shall pay workmen employed in the performance of this Agreement not less than the prevailing minimum wage rate as determined for various crafts or classifications by applicable federal and state government agencies. III. PROPOSAL ELEMENTS A. GENERAL REQUIREMENTS 1. Proposal Submission: Three (3) print and one (1) electronic copy of the Proposal shall be received in a sealed envelope and must be prominently marked on the outside PROPOSAL MUNICPAL TOWING SERVICES, 2018 a. Sealed proposals must be submitted no later than 3 PM on March 2 to: Office of the Municipal Administrator Municipality of Norristown 235 E. Airy Street Norristown, PA b. Proposals must be mailed or hand delivered. No faxed or ed proposals will be accepted. Late proposals will not be accepted. 2. Preparation costs: The Municipality will not be responsible for any costs associated with the preparation, submission or presentation of any proposal. 3. Minority Proposer: The Municipality of Norristown encourages all qualified businesses including minority-owned and women-owned business to respond to all Invitations to Requests for Proposals. 4. All submitted proposals will be the property of the Municipality of Norristown. 5. Open Records Law/Public Information: Under the Pennsylvania Right-to-Know (the Law ), 65 P.S., , eq. seq., as amended, and other applicable laws, a record in the position of the Municipality is presumed to be a public record subject 10

12 to disclosure to any legal resident of the United States upon request, unless protected by a statutory exception. 6. This RFP shall not, without the Municipality s prior written consent, be disclosed to any Proposer, in any manner whatsoever, in whole or in part, or used for any purpose other than the submission of Proposals to the Municipality. B. FORMAT OF TECHNICAL PROPOSAL 1. Title Page, Cover Letter, & Table of Contents: a. Title Page should show the RFP subject; the institution s name; Contact name, title, office address, telephone number and address; and the date of the proposal; b. Include a cover letter specifically stating the firm s ability and willingness to perform the services described in this RFP and signed by the person(s) identified as your company s contact; and c. Table of Contents should identify matters submitted by section and page number. 2. Contact Information: a. The lead firm or individual name; b. The lead firm s contact person; c. License or certification information of lead firm principal or individuals working with the Municipality; d. Telephone, fax, and wireless numbers for firm principals or individuals working with the Municipality; e. address for firm principals or individuals working with the Municipality; f. The street address of lead firm or individual; g. The year the firm or individual practice established; h. The MBE/WBE status of the firms; i. The type of work or specialty and size of firm; and j. The signature of the lead individual, and the date of the signature. 3. Experience, Structure, and Personnel: a. A history of the firm s experience and qualifications to perform the work described here with special emphasis on qualifications related to those portions of the work where you feel that your firm may have special competence. Please identify projects that are deemed to be relevant to this project with special emphasis given to Pennsylvania based clients. Qualified towers must have been in business for at least three years under the same ownership. b. A description of the firm s organizational structure, including resumes of the principals, project manager(s) and professional staff who would work directly with the Municipality. c. Any other information that you believe would make the firm s work on behalf of Municipality superior to that of other firms or information about your firm s specialty or particular skill to perform a specific requested service. 4. Methodological Approach a. A description of the firm s understanding of the Municipality s desired services and how the firm intends to address the anticipated scope of services set forth in Section III of this RFP. 11

13 5. Conflict of Interest Statement: a. All proposals must include statement from the firm s indicating that no one associated with the firm has no relationship with any elected official of the Municipality, appointed official or any member of Municipal staff that would create a conflict of interest. NOTE: NO FEES AND/OR PRICING OF THE RFP SHOULD BE INCLUDED IN THE TECHICAL PROPOSAL. C. FORMAT OF COST PROPOSAL The sealed cost proposal shall contain detailed pricing information relative to the work as described for each section of the RFP. Please include: 1. Cost Models with unlimited users; models may be modular, with additional models capable of being added at a later date as needed; 2. Total estimated firm fee for completion of the project and/or services identified in this RFP and whether the firm would be willing to agree to a cap for hosting services; 3. The normal hourly rate of each principal and staff member whose resume is provided or whose job category may be required, and the rate used in the proposal; 4. A list of anticipated reimbursable expenses and the rate charged for each; 5. Any reduced fees offered to other municipalities, government entities, economic development or nonprofit organizations, and civic organizations; 6. Any other fees or charges; 7. A copy of your organization s fee schedule applicable to the services specific to this RFP, identifying whether costs are per transaction, monthly, etc. Pricing will be reviewed based on reasonableness for services being provided, competitive market rates, and fee structure. The Municipality is not obligated to select the Organization with the lowest fee proposal to perform these professional services. IV. SELECTION PROCESS A. SELECTION DATE Selection of the firm(s) to provide managed service and conduct the project will be based on timely written proposals. Oral interviews may be conducted by telephone and in person to assist the Municipality in the selection process. It is anticipated that the selection will be made on or before the end of March 2018 with commencement of the contract(s) anticipated by the end of March B. EVALUATION CRITERIA 1. Any award to be made pursuant to this RFP will be based upon the proposal, with appropriate consideration given to operational, technical, cost and management requirements. Evaluation of offers will be based upon the Vendors responsiveness to the RFP, ability of the vendor to meet the needs of the Municipality of Norristown and the total price quoted for the items covered in the RFP. 2. The following elements will be the primary consideration in evaluating all submitted proposals in the selection of a consultant(s): 12

14 Clarity and completeness of the proposal and the apparent understanding of the work to be performed; General qualifications, experience and expertise of the Proposer; Soundness of the methods and approach to the work; Information derived from reference checks and review of other documents completed by the Proposer; Overall cost of the Firm s proposal; and Results of a physical site inspection of the contractor s storage area by municipal officials (i.e. capacity and condition of the site). C. AWARD Award of a Contract shall be made at a public meeting of Council. The successful Contractor(s) shall, within twenty (20) days after the award: 1. Furnish proof of compliance with Federal, State and Local regulations with respect to licenses, permits, certificates, etc. Provide required licenses, permits and/or other documents and shall furnish proof of same. This shall include proof that a current business license, salvers license and driver s license for the operator of business vehicles. All licenses shall additionally be in compliance with the Municipality of Norristown Towing Ordinance. 2. Furnish proof of compliance with the required insurance provisions. 3. Failure of the Contractor to provide the above items 1-2 within 20 days of award shall result in disqualification. 4. The provision of towing services within the Municipality shall not be on an exclusive basis. The Municipality reserves the right to execute towing agreements with multiple Contractors. The services to be performed by the Contractor under this Agreement shall be on a monthly, bi-monthly, quarterly or other basis as determined within the sole discretion of the Police Department. The Police Department shall establish a schedule on a rotating basis and provide each Contractor with a copy thereof. 5. The Agreement shall continue in force for a period of 36 months from the date of execution of the Agreement for Service, unless terminated or adjusted by the Municipality or Contractor. All defaults shall be governed by paragraph (H) of the Municipality of Norristown Towing Ordinance. 6. The Agreement may be terminated at any time and by either party to the contract upon the furnishing of a sixty (60) day written notice for violations of the contract and in accordance with the Municipality of Norristown Towing Ordinance. 7. Final terms of any Agreement between the Municipality of Norristown and the Contractor will be determined by direct negotiation and all agreements are subject to the approval of the Municipal Council. The Municipality may suspend or terminate negotiations at any time that it determines additional negotiations would be unproductive. 13

15 D. RESERVATIONS REGARDING SELECTION The Municipality reserves the right to do any or all of the following: 1. Conduct interviews with some or all of the Respondents. 2. Reject any or all Proposals. 3. Waive any informality or irregularity in a Proposal. 4. Hold all Proposals for a period of thirty (30) days after the date fixed for the opening thereof. 5. Enter into good faith negotiations with the Respondents to modify service or project descriptions to a greater or lesser magnitude than described in this RFP or any Proposal. 6. Accept the Proposal that the Municipality deems at its sole discretion, to be the most favorable in the best interest of the Municipality. 7. Enter into good faith negotiations with the selected Respondents regarding the pricing set forth in the Proposal prior to entering into an agreement. If the agreement s negotiations cannot be concluded successfully with the first selected Respondent, the Municipality may negotiate an Agreement with the second selected Respondent. 8. Re-advertise this RFP for new Proposals as may be deemed necessary at the sole discretion of the Municipality. V. CONTRACT TERM The provision of towing services within the Municipality shall not be on an exclusive basis. The Municipality reserves the right to execute towing agreements with multiple Contractors. The services to be performed by the Contractor under this Agreement shall be on a monthly, bi-monthly, quarterly or other basis as determined within the sole discretion of the Police Department. The Police Department shall establish a schedule on a rotating basis and provide each Contractor with a copy thereof. The Agreement shall continue in force for a period of 36 months from the date of execution of the Agreement for Service, unless terminated or adjusted by the Municipality or Contractor. All defaults shall be governed by paragraph (H) of the Municipality of Norristown Towing Ordinance. The Agreement may be terminated at any time and by either party to the contract upon the furnishing of a sixty (60) day written notice for violations of the contract and in accordance with the Municipality of Norristown Towing Ordinance. Final terms of any Agreement between the Municipality of Norristown and the Contractor will be determined by direct negotiation and all agreements are subject to the approval of the Municipal Council. The Municipality may suspend or terminate negotiations at any time that it determines additional negotiations would be unproductive. 14

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

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

More information

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25 City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103 REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103 Part I. PROCEDURE FOR SUBMITTING PROPOSAL 1.1 SCOPE : Contractor to manage the

More information

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

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

More information

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

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

More information

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

More information

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN

More information

INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES

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

More information

AGREEMENT FOR WRECKER SERVICES

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

More information

REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03

REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03 REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03 The Board of Trustees of Illinois Valley Community College District No. 513 is seeking a Proposal for Food

More information

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

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

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

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL:

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL: BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL: TO: Scott County Board of Commissioners Commissioners: The following Bid Proposal is for the sale of a rambler style, single-family

More information

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA 1. SCOPE AND PURPOSE The City of Kerman intends to prepare an RFP for street sweeping

More information

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY PURCHASING DEPARTMENT P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS BID NUMBER 995100-2011 ROOFING DATED

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

More information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

More information

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Tree Pruning & Removal Bids must be submitted to the City at the address below in a sealed envelope plainly marked as

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

Invitation To Bid. for

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

More information

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

OFFICE OF THE SUMMIT COUNTY SHERIFF

OFFICE OF THE SUMMIT COUNTY SHERIFF OFFICE OF THE SUMMIT COUNTY SHERIFF 970-453-2474 fax 970-453-7329 REQUEST FOR PROPOSAL 2018 VEHICLE TOWING CONTRACT FOR SUMMIT COUNTY, COLORADO Release Date: November 3, 2017 Closing Date: November 24,

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

The City of Moore Moore, Oklahoma

The City of Moore Moore, Oklahoma The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite

More information

REQUEST FOR QUOTATION

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

More information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

FIRST NATIONAL BANK BUILDING 332 MINNESOTA STREET, ST. PAUL, MN TENANT MOVE-IN / MOVE-OUT INSTRUCTIONS

FIRST NATIONAL BANK BUILDING 332 MINNESOTA STREET, ST. PAUL, MN TENANT MOVE-IN / MOVE-OUT INSTRUCTIONS MANAGEMENT COMPANY: Nightingale Realty 332 Minnesota Street, Suite W120 St. Paul, MN 55101 MANAGEMENT OFFICE: (651) 225-3666 SENIOR PROPERTY MANAGER: Richard Rossi 651-225-3664 ASSISTANT PROPERTY MANAGER:

More information

Mold Remediation and Clean Up of Central High School

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

More information

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL for Construction & Demolition Waste Characterization Study JUNE 2018 TABLE OF CONTENTS Section Page 1. Request for Proposal 3 2. Definitions

More information

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA 52803 REQUEST FOR PROPOSAL Proposal # 680 The Davenport Community School District invites written sealed proposal for Replacement

More information

LONE TREE SCHOOL BELL SYSTEM

LONE TREE SCHOOL BELL SYSTEM WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL BELL SYSTEM PROPOSAL DUE DATE: NOVEMBER 16, 2010 1:00 p.m. The WHEATLAND SCHOOL DISTRICT wishes to attain a Bell system for its Lone Tree

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

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

RFP GENERAL TERMS AND CONDITIONS

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

More information

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES 1. All prospective Contractors must; be State of Connecticut licensed for this work; demonstrate a minimum of 5 years

More information

Cheyenne Wyoming RFP-17229

Cheyenne Wyoming RFP-17229 L A R A M I E COUNTY COMMUNITY COLLEGE Cheyenne Wyoming Request for Proposals (RFP) t o provide Contract Services t o Comp lete t h e Boiler Plant Burner Replacement RFP-17229 Solicited by: Department

More information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES Proposals

More information

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Fire Sprinkler Service. Bids must be submitted in a sealed envelope plainly marked: Sealed Bid, Fire Sprinkler Service

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

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

More information

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

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

More information

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # 651-674-7546 Sealed Request for Proposals, plainly marked RFP # 12-2 Road Grading Services City

More information

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

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

More information

HEATING AND COOLING SYSTEM MAINTENANCE

HEATING AND COOLING SYSTEM MAINTENANCE TOWN OF HOPKINTON HEATING AND COOLING SYSTEM MAINTENANCE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS Heating

More information

Town of Lee Septic Tank Pumping Services

Town of Lee Septic Tank Pumping Services Invitation to Bid The invites bid bids from qualified bidders for the pumping of septic holding tanks and floor drains for all Town-owned buildings. Prospective respondents are advised to read the bid

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

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

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

TOWING SERVICE FRANCHISE AGREEMENT

TOWING SERVICE FRANCHISE AGREEMENT TOWING SERVICE FRANCHISE AGREEMENT 1. IDENTIFICATION This Towing Service Franchise Agreement ( Agreement herein), effective as of the date specified in Section 3 below, is entered into by, ( TOWING CARRIER

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK CITY OF MOBILE REQUEST FOR PROPOSALS RFP: 2018-006 FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK The City of Mobile is seeking proposals for the operation of food concession stands,

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

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Traffic Signal Repair & Maintenance Bids must be submitted to the City at the address below in a sealed envelope plainly

More information

REQUEST FOR QUOTATION

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

More information

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES The City of Manchester (City) is requesting Competitive Sealed Proposals from qualified firms interested in contracting with the City

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

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building City of Forest Park Request for Proposals Automatic Fire Sprinkler System - Community Building Mandatory Pre-Bid Conference March 4, 2014 at 1:30 pm Bid Deadline March 14, 2014 at 2:00 pm Purpose: The

More information

Request for Proposal Public Warning Siren System April 8, 2014

Request for Proposal Public Warning Siren System April 8, 2014 Request for Proposal Public Warning Siren System April 8, 2014 THE CITY OF MARTINSVILLE wishes to extend an invitation to all qualified contractors to submit a proposal/s for providing a complete siren

More information

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

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

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

BID NO B \ v4.doc

BID NO B \ v4.doc September 6, 2018 NOTICE INVITING PROPOSALS FOR LIGHT, MEDIUM AND HEAVY DUTY TOWING SERVICES, TOWING AND ROAD SERVICES FOR CITY VEHICLES, LIEN SALE PROCESSING SERVICES, AND VEHICLE AUCTION SERVICES FOR

More information

City of Albany, New York Traffic Engineering

City of Albany, New York Traffic Engineering City of Albany, New York Traffic Engineering REQUEST FOR PROPOSALS FOR THE PROVISION OF ENGINEERING SERVICES Traffic Signal Design Services RFP No. TE-11-001 November 15, 2011 SECTION 1: PURPOSE 1.1 The

More information

Solar/ Renewable Energy - Alternative Power Source. Richmond, NH. Cheshire County Sheriff s Office. Request for Proposals

Solar/ Renewable Energy - Alternative Power Source. Richmond, NH. Cheshire County Sheriff s Office. Request for Proposals Solar/ Renewable Energy - Alternative Power Source Richmond, NH Cheshire County Sheriff s Office Request for Proposals The County of Cheshire (Sheriff s Office) is requesting a Letter of Intent, followed

More information

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381 CITY OF SHENANDOAH REQUEST FOR PROPOSALS for the SPECIAL EVENT TENTS CITY OF SHENANDOAH 29955 I-45 NORTH SHENANDOAH, TEXAS 77381 RESPONSES DUE MONDAY, SEPTEMBER 19, 2016 @ 10:00 AM 1 CITY OF SHENANDOAH

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

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

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

More information

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

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

More information

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

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

More information

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

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

More information

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 GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS WATER TREATMENT

CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS WATER TREATMENT April 16, 2018 REQUEST FOR PROPOSALS TO CONVERT EXISTING FLORESCENT LIGHTING TO LED LIGHTING AT THE NORTHWEST OTTAWA PLANT The City of Grand Haven will accept proposals from electrical contractors for

More information

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

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

More information

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

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

More information

ANNEX A Standard Special Conditions For The Salvation Army

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

More information

RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA

RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA TABLE OF CONTENTS Section Number/Description 1.0 Introduction/Overview 1.1 Purpose/Objective 1.2 Background

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

More 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

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207) Page 1 of 9 Bid #10-18 Sealed bids for purchase of a replacement Sound System for the South Portland High School Auditorium, for the City of South Portland, Maine, as specified below, in the Specifications

More information

September 10, 2012 BID NO

September 10, 2012 BID NO September 10, 2012 NOTICE INVITING PROPOSALS FOR LIGHT DUTY TOWING SERVICES, TOWING AND ROAD SERVICES FOR CITY VEHICLES, LIEN SALE PROCESSING SERVICES, AND VEHICLE AUCTION SERVICES FOR THE CITY OF BEVERLY

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

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

More information

BOISE STATE UNIVERSITY

BOISE STATE UNIVERSITY BOISE STATE UNIVERSITY REQUEST FOR QUOTATION RFQ #MC15-012 Licensed Wrecker / Towing Services Issue Date: August 6, 2014 Closing Date August 20, 2014 Mike Carr, Senior Buyer mikecarr@boisestate.edu MC15-012

More information

REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04

REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04 REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04 INTRODUCTION Illinois Valley Community College is accepting sealed proposals for beverage services for

More information

CITY OF CHARLOTTETOWN REQUEST FOR INFORMATION TOWING SERVICES NOVEMBER 2018

CITY OF CHARLOTTETOWN REQUEST FOR INFORMATION TOWING SERVICES NOVEMBER 2018 CITY OF CHARLOTTETOWN REQUEST FOR INFORMATION TOWING SERVICES NOVEMBER 2018 FILE#2018-151 TOWING SERVICES REQUEST FOR INFORMATION (RFI) TOWING SERVICE PROVIDER ADDRESS TELEPHONE # FAX: CONTACT PERSON Authorized

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

More information

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION REQUEST FOR BIDS For RESIDENTIAL SOLID WASTE COLLECTION Bids are currently being solicited by the Talladega County Commission for curbside collection of municipal residential solid waste in the unincorporated

More information

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA INVITATION TO SUBMIT PROPOSALS The Village of Sparta is accepting sealed bids from

More information