Collier County Housing Authority

Size: px
Start display at page:

Download "Collier County Housing Authority"

Transcription

1 Request For Proposal (RFP) PEST CONTROL SERVICES RFP No: FY The Collier County (CCHA) will receive sealed proposals for Pest Control Services for Farm Worker Village- Sections C.D.E, & Collier Village, Section A & B and Horizon Village and COCC Main Office until 1:00 p.m. (Eastern Time) on Friday, May, 19, 2017 in the CCHA Conference Room located at 1800 Farm Worker Way, Immokalee Florida 34142, at which time and place all proposals will be publicly opened and read aloud. Pre-Bid site visit is scheduled for Thursday, May 11, 2017 at 10:00 A.M. All interested bidders are encouraged to visit the site to identify boundaries and existing conditions prior to submitting a proposal. Bid packages are available on the website or for pick up at the Administration Department Office located at 1800 Farm Worker Way, Immokalee, FL Sealed Proposals: Contractor will deliver one (1) original and two (2) copies to the following address: Collier County Administration Department 1800 Farm Worker Way Immokalee, Florida By 1:00 p.m. on Friday, May 19, 2017 Please make sure the envelope or package is clearly marked Sealed RFP #FY Questions regarding the RFP or direct technical/procedural questions must be received in writing (fax or acceptable) no later than 1:00 p.m. on May 16, 2017, and addressed to: CCHA Administration Department 1800 Farm Worker Way Immokalee, Florida Fax: (239) lskipper@cchafl.org Proposals may be held by the CCHA for a period not to exceed sixty- (60) calendar days from the date of opening proposals for the purpose of reviewing them and investigating the qualifications of the bidders, prior to awarding the contract. No proposal shall be withdrawn subsequent to the opening of bids without the consent of the CCHA. The CCHA reserves the right to accept or reject any or all proposals, or any part of any proposal, and to waive any informalities or irregularities in the proposal or in the bidding. No member, officer, employee of CCHA shall, during his/her tenure or for one (1) year thereafter, have any interest, direct or indirect, in this contract or the proceeds thereof. The CCHA encourages participation by businesses owned and operated by minorities and women. An Equal Opportunity Employer. By order of the Executive Director of the Collier County. THE COLLIER COUNTY HOUSING AUTHORITY Oscar Hentschel, Executive Director REQUEST FOR PROPOSAL Page 1 of 24

2 PEST CONTROL SERVICES RFP No: FY Instructions to Bidders The Collier County (CCHA) will receive sealed proposals for Pest Control Services for Farm Worker Village-Sections C,D, E & Collier Village, Sections A & B, Horizon Village and COCC Main Office until 1:00 p.m. (Eastern Time) on Friday, May 19, 2017 in the CCHA Conference Room located at 1800 Farm Worker Way, Immokalee Florida 34142, at which time and place all proposals will be publicly opened and read aloud. Proposals received after the above cited time will not be considered. Pre-Bid Site Visit: Pre-Bid site visit will be held on Thursday, May 11, 2017 at 10:00 A.M. All prospective Bidders are strongly encouraged to attend and to visit the site to identify boundaries and existing conditions prior to submitting a proposal. If the Bidder does not attend the pre-site visit, not doing so on the part of the bidder shall not relieve the Bidder of any responsibility for adherence to any of the provisions of the bid documents or any addenda. Proposals may be held by the CCHA for a period not to exceed sixty- (60) calendar days from the date of opening proposals for the purpose of reviewing them and investigating the qualifications of the bidders, prior to awarding the contract. No proposal shall be withdrawn subsequent to the opening of proposals without the consent of the CCHA. The CCHA reserves the right to accept or reject any or all proposals, or any part of any proposal, and to waive any informalities or irregularities in the proposal or in the bidding. Failure to submit a bid properly may result in rejection of the proposal. No member, officer, employee of CCHA shall, during his/her tenure or for one (1) year thereafter, have any interest, direct or indirect, in this contract or the proceeds thereof. The CCHA encourages participation by businesses owned and operated by minorities and women. The price quotations stated in the bidder s proposal will not be subject to any price increase from the date on which the proposal is opened at the CCHA s Conference Room to the mutually agreed to date of contract. Completeness Proposals should be prepared providing a straight forward concise description of the Contractor s ability to meet the requirements of the RFP. Proposals shall be written in ink or typewritten. No erasures are permitted. Mistakes may be crossed out and corrected and must be initialed in ink by the person signing the proposal. Any bidder who fails to submit the following required documents with their proposal, in sufficient detail and completeness, may be declared non-responsive and ineligible for consideration. Documents to be submitted with bid: Page 2 of 24

3 Completed Bid Form. Completed Non-Collusive Affidavit. Proposal should include all the following information: A. Contractor s Qualifications, to include Degrees or Certifications, years in business, experience in providing the level and type of service specified in the proposal. List your current and past projects. B. Current bank reference with name and phone number of contact person. C. At least three (3) current references of pest control services agreements covering similar services listed in the proposal. Include name, contact name and phone number. Additional Information: 1. Submit a certified Statement that the company is registered in the State of Florida and actively licensed to perform the above services. 2. Submit a Statement certifying an understanding of the government requirements and agreement to comply. 3. Submit a certified statement that the contractor or any of its subcontractors are not disbarred, suspended, or otherwise prohibited from practice by any Federal, State and Local agency. Proposal shall be made on unaltered bid forms, which are incorporated within the proposal documents. Proposals shall be signed with name typed below signature. When bidder is a corporation, proposals shall be signed with the legal name of the corporation followed by the name of the state of incorporation and the legal signature of an officer authorized to bind the corporation to a contract. CCHA reserves the right to reject any and all proposals received as a result of this RFP. If a proposal is selected it will be the most advantageous regarding price, quality of service, the Contractor s qualifications and capabilities to provide the specified service and other factors which CCHA may consider. The CCHA does not intend to award a contract fully on the basis of any response made to the proposal; the CCHA reserves the right to consider proposals for modifications at any time before a contract would be awarded, and negotiations would be undertaken with that contractor whose proposal is deemed to best meet the CCHA s specifications and needs. In the event it becomes necessary to revise any part of the RFP, an addendum will be provided. Deadlines for submission of RFP s may be adjusted to allow for revisions. The entire proposal document with any addendums should be returned in triplicate. To be considered, original proposal and two copies must be at the CCHA s Administration Department on or before the date and time specified. Proposed Bid Schedule: (Subject to Change): Invitation For Bids Open April 27,2017 Pre-Bid Conference May 11, :00 A. M. Bid Due Date and Time May 19, :00 P.M. Evaluation of Bids May 22, 2017 Award of Contract June 1, 2017 Page 3 of 24

4 GENERAL SPECIFICATIONS The Contractors are hereby notified that the Collier County (CCHA) is soliciting Sealed Proposals for Pest Control Services for several of its public housing properties. The Contractor is further notified that the CCHA shall only be responsible to pay the Contractor for the work listed herein as part of the specifications for this Request. The Contractor shall perform the services for the CCHA pursuant to the required specifications during the term of this Agreement. The Contractors shall develop complete quote for these services: A. Pest Control Services: For each unit the Contractor shall provide an adequate staff to provide pest control services. The pest control services must provide the labor and equipment for pest control for all properties owned and managed by the Collier County. The Bid requires pest control to include: cockroaches, ants/fireants, silverfish, rats, mice and all treatments are to include occupied and any vacant units. The Contractor s proposal shall be considered responsive when it includes provisions to provide these pest control services. A separate listing of services and associated cost, offered by the company submitting this proposal that may not be listed is encouraged such as bees, bed bugs, termites etc. B. Chemical MSDS sheets should be provided to the Collier County for the proposed treatments for the interior and exterior of the properties. 1. USDA-: 315 Units of Farm Labor Housing. a. 27 One Bedroom -707 Square footage for Section C b. 19 Two Bedroom Units square footage for Section C c. 58 Three Bedroom Units 912 square footage for Section C d. 68 Four Bedroom Units 1115 square footage for Section C e. 14 Two Bedrooms 800 square footage for Section D f. 29 Three Bedroom Units 987 square footage for Section D g. 54 Two Bedrooms 800 square footage for Section E h. 15 Three bedrooms 978 square footage for Section E i. 1 Four Bedroom 1028 square footage for section E 2. Collier Village: 30 Units of Farm Labor Housing a. 6 One Bedrooms Units 658 square footage b. 12Two Bedroom Units 800 square footage c. One Property Managers Unit 987 square footage 3. Section A & B: 276 units of low income housing Page 4 of 24

5 Section A a. 60 One Bedroom Units 401 square feet b. 44 Two Bedroom Units 600 square feet c. 23 Three bedroom Units 792 square feet d. 23 Four bedroom Units 968 square feet Section B e. 0 One Bedroom Units f. 30 Two Bedroom Units -672 square feet g. 51 Three Bedroom Units -864 square feet h. 45 Four Bedroom Units square feet i. Resident Services Unit-968 sq. ft. j. Maintenance Shop sq. ft. k. Warehouse 3456 sq. ft. l. Community Center 2380 sq. ft m. Property Manager s Unit 1008 sq. ft. n. Store/Laundry 3796 sq. ft. o. Daycare Center 1920 sq. ft. p. Grounds 4. Horizon Village: 24 units a.192 bed dormitory A,B & C Buildings-8 apts each-1,050 square ft. b.main Office 1229 square feet c.laundry Facility square feet d.generator Room 1138 square feet e.offices 1138 square feet f.meeting Room 1222 square feet g.storage Building 700 square feet 5. COCC: a. Main Office Building Page 5 of 24

6 GENERAL TERMS AND CONDITIONS Award and Selection Procedure. CCHA reserves the right to reject any and all proposals received as a result of this RFP. If a proposal is selected it will be the most advantageous regarding price, quality of service, the Contractor s qualifications and capabilities to provide the specified service and other factors which CCHA may consider. The CCHA does not intend to award a contract fully on the basis of any response made to the proposal; the CCHA reserves the right to consider proposals for modifications at any time before a contract would be awarded, and negotiations would be undertaken with that contractor whose proposal is deemed to best meet the CCHA s specifications and needs. The submitted proposals will be evaluated by a review committee. The evaluation will be based on the following factors and weighting: a. Price 60 points b. Qualifications 5 points c. Prior experience 5 points d. References 5 points e. General response and timely submission - 5 points f. Contractor attended the Pre-Bid Meeting 5 points g. Demonstrates understanding of CCHA needs-15 points h. Maximum Points Low Bid. Low bid will be determined by response given on the Bid Form to the lowest total bidder or awards may be issued based on the lowest bid per location. Collier County Housing Authority reserves the right to reject low bids, to waive irregularities and/or infirmities in any bid, and to make the award in a manner deemed in the best interest of CCHA. Conflict of Interest. The Contractor certifies by acceptance of an order that no related official, during his or her tenure or for one (1) year thereafter, shall have any interest, direct or indirect, in the order or the proceeds thereof. The term Related official means any: a. Member, officer or employee of the CCHA; b. Member of the governing body of the locality in which the CCHA was activated; c. Member of the governing body of the locality in which the project is situated; and, d. Other public officials of such locality(ies) who exercise any functions or responsibilities with CCHA. Scope Of Work. The Contractor shall furnish all necessary labor, materials, tools, equipment, water, light, heat, power, transportation and supervision necessary for the performance of all work in strict accordance with the specifications. Successful bidder(s) shall maintain on-site supervision at each location where services are to be performed. During the anticipated contract period, CCHA anticipates available funding for Pest Control Services at selected developments. The successful bidder(s) shall be responsible for maintaining such Pest Control Services during the term of his/her agreement. Insurance. As a condition precedent to the consideration of any bid proposal, the Contractor must show evidence of current coverage for the following: 1) Fleet Auto/truck Insurance covering owned, non-owned, and hired vehicles 2) Comprehensive General Liability Insurance in the amount of one million per occurrence, and 3) Workers Compensation Insurance. Upon acceptance of a bid proposal and prior to commencement of work, the successful bidder will provide the CCHA with endorsements for all the above naming the Collier County Housing Authority as an additional insured entity with respect to the services provided under this contract. A copy of the certificate of insurance with additional insured must be provided to the CCHA. Page 6 of 24

7 No payments will be made to the Contractor until the certificates of insurance have been received and approved by the Contract Officer. If the insurance as evidenced by certificates furnished by the Contractor, expires or is canceled during the term of the contract, services and related payments will be suspended. Contractor shall furnish the Administration Department with certification of insurance evidencing such coverage s and endorsements at least five (5) working days prior to commencement of services under this Contract. Certificates of Insurance shall be addressed to the Administration Department, 1800 Farm Worker Way, Immokalee, Florida and shall provide for 30 day written notice to the certificate holder of cancellation of coverage. Permits, Fees and Licenses. The Contractor shall secure, maintain and pay all permits, fees and licenses necessary for the proper execution and completion of work. Cleaning. The Contractor shall keep the premises clean and clear of debris resulting from his/her contract work and the work of any and all subcontractors. Storage Materials. The Contractor shall store all materials off site. He or she shall not unreasonably encumber the premises with materials. Equipment: The Contractor shall maintain their own inventory of required tools and equipment to perform all requested duties. Subcontracting. The CCHA encourages the participation of minority and women owned businesses. The Contractor will make every effort to utilize minority and women owned subcontractors in work performed under this contract. The Contactor will be asked to submit a list of subcontractors to be used in the performance of this contract. All subcontractors must be approved by the CCHA in advance. Equal Employment Opportunity. The Contractors shall not discriminate against any employee or applicant for employment or promotion because of race, color, creed, religion, sexual orientation, national origin, marital status, physical handicap, age or sex. Security. The Contractor shall protect and secure all materials, vehicles and equipment, and shall assume full responsibility for loss, theft, vandalism and any other damage for the duration of the contract. Live Utilities. Contractor shall be responsible for and shall hold the CCHA harmless from any damage, caused by Contractor, to any live utility passing through or serving the project area. The repair of such damage shall be completed by the utility involved at the Contractor s expense. The contractor shall be responsible for locating all utilities and verifying the location(s) before starting work. Warranty. The Contractor warrants that work performed conforms to proposal requirements, including specifications and these general requirements. Disclaimer. For the existing contract period, the CCHA will assume NO responsibility for vandalism, theft, fire and/or personal injury claims arising from or relating to the work to be performed. The Contractor and all assigned employees must exercise extreme caution and safety at all times. The Contractor is expected to take every precaution necessary to protect the work area and to eliminate accidents occurring at the work site. Resolving Disputes. All claims, disputes and other matters or questions arising out of or relating to Page 7 of 24

8 this Agreement shall be decided by arbitration in accordance with the Industry Arbitration Rules of the American Arbitration Association in force unless the parties mutually agree otherwise. This agreement to arbitration will be specifically enforceable under the prevailing arbitration law. The award rendered by the arbitrator shall be final and judgment may be entered upon it in accordance with applicable law in any courts have jurisdiction thereof. The prevailing party in any such arbitration shall be entitled to attorney's fees and cost incurred with such action. In the event any litigation arises out of this Agreement, the prevailing party in such litigation shall be entitled to recover attorney's fees and court costs. Indemnification. To the extent authorized by law, in the course of performing the services outlined herein, the Contractor shall assume full liability for any and all claims, liens, fines, demands and costs, including legal fees for injury or death to any persons, including the Contractor s own employees, and for loss or damage to any property, including property owned or in the care, custody or control of Collier County in connection with or in any way incident to or arising out of the occupancy, use, service, operations, performance or nonperformance of work in connection with this contract resulting in whole or in part from negligent acts or omissions of Contractor, any sub-contractor, or any employee, agent or representative of the Contractor or any sub-contractor. Project Management. On-site oversight, coordination and inspection of the work will be conducted by the Property Managers or the Maintenance Supervisor. The CCHA Property Managers: Maintenance Supervisor: Collier County Collier County 1800 Farm Workers Way 1800 Farm Worker Way Immokalee, Florida Immokalee, Florida Phone: (239) Phone: (239) Fax: (239) Fax (239) The Contractor will assure that all employees, sub-contractors and their employees are appropriately attired for their profession and conduct themselves in a courteous and orderly manner at all times. The CCHA strongly discourages any interaction between the Residents that live on the Authority properties where services are being performed and the Contractor and their employees, the Subcontractor and their employees. Any and all communication should be through CCHA Property Project Manager/ Maintenance Supervisor. Review and Inspection. The CCHA may at its sole discretion, review and inspect services provided herein. i. The Contractor must provide a schedule of work at the end of the prior month for work to be completed in the preceding month to the Property Manager each month. The Contractor will notify the Property Manager or Maintenance Supervisor one (1) working day in advance before any work begins. j. Appearance will be the governing factor at all times. At completion of service at each Community, the Property Manager and Contractor or their delegated supervisor, will inspect the complex grounds for acceptability. k. Inspection Report will be used for this purpose. Payment. Payment shall be made on the basis of timely submission of separate invoices for each Page 8 of 24

9 program to the CCHA Administration Department for review and approval. Payment shall be made within thirty (30) days from receipt of the Contractor s invoice. All payments are subject to CCHA inspection and inspection report requires the signature of the vendor and property manger. Term. The services to be performed shall be for a contract period of twelve (12) months beginning June 1, 2017 and with the option to extend for an additional twelve (12) months with the same terms and conditions if CCHA and Contractor agree. Notice of intent to renew would be issued in writing by CCHA Administration Department 30 days prior to the expiration date of the contract. Termination of Contract. Either party may terminate the contract by giving thirty (30) days written notice to the other party. Compliance with Laws and Regulations. The Contractor will comply with all federal, state and local regulations, including, but not limited to, all applicable OSHA requirements and the Americans with Disabilities Act. Governing Law. All questions concerning the meaning, execution, construction, effect, validity and enforcement of the Agreement shall be determined pursuant to the Laws of the State of Florida. Practice and Ethics. The parties will conform to the code of ethics of their respective national professional associations. Drug Free Workplace. The Collier County is a Drug-Free Workplace in accordance with the Drug-Free Workplace Act of Evidence of consumption of alcoholic beverages or drug use on job sites and/or evidence that work is being performed while under the influence of drugs or alcohol by the Contractor and their employees, the Subcontractor and Subsubcontractors and their employees shall be grounds for immediate removal from property and for denial of further participation in future projects. Miscellaneous: A. All time limits stated in the Agreement are of the essence. B. All obligations imposed by this Agreement and the rights and remedies available hereunder shall be in addition to and not in limitation of any duties, obligations, rights, and remedies otherwise imposed available by law. C. The provisions and general specifications included in this Agreement are severable. The excuse of or nonperformance of a portion of this Agreement shall not excuse the Contractor from further performance or completion of the contract. D. Should any provision of this Agreement conflict with any other specifications or provisions included or incorporated by reference, the provision of the Agreement shall control. E. The terms of this Agreement void and nullify any and all other agreements between the parties hereto pertaining to the work, or any previous understanding, contracts or course of dealings. F. This Agreement shall be binding upon and shall inure to the benefit of all of the parties hereto, their beneficiaries, successors and permitted assigns. G. Changes mutually agreed upon by the CCHA and the Contractor will be incorporated into this contract by written amendments signed by both parties. H. The Contractor is responsive for all applicable state and federal social security benefits and unemployment taxes and agrees to indemnify and protect the CCHA against such liability. I. All notices under this Agreement shall be effective upon personal delivery to the Collier County, 1800 Farm Worker Way, Immokalee, Florida, or to Contractor Name, Contractor s Address, as the case may be, or 24 hours after deposit in the United Page 9 of 24

10 States mail, postage fully prepaid and addressed to the respective party at the address contained in this Agreement or to such other address as the parties may from time to time designate in writing. Properties: In accordance with the CCHA s management plan, bids will be accepted for the following properties: COCC Group: 1. CCHA Main Office Section A & B Group: 1. CCHA Main Office 2. Maintenance Shop 3. Resident Services Office 4. Village Community Center 5. Daycare A (inside and outside parameters) 6. Daycare B (outside parameters) 7. Village Store and Laundromat 8. Playground between A & B Section 9. Section A dwelling units 10. Section B dwelling units 11. Exterior perimeter of all buildings. USDA Group: 1. Daycare C/Office Building 2. Maintenance Warehouse 3. Section C dwelling units 4. Section D dwelling units 5. Section E dwelling units 6. Collier Village 7. Common Areas 8. Exterior perimeter of all buildings.. Horizon Village Group: 1. Buildings A-C 2. Office Area 3. Laundry Area 4. Common Areas 5. Exterior Perimeter of all buildings. Property Site Map. Attached on Page ( will add maps of each section) Page 10 of 24

11 BID FORM For PEST CONTROL SERVICES Attention: The undersigned, having familiarized (him/herself) (themselves) with the General Specifications including in the Request for Proposal; Instructions to Bidders, this Bid Form, the form of the Non- Collusive Affidavit; and any other associated forms or documents thereto, on file in the Office of the Page 11 of 24

12 , hereby proposes to furnish all labor, equipment, services, licenses, and permits for the Collier County to secure Pest Control Services. The following principles shall govern the competitive bidding process: 1. CCHA reserves the right to reject any and all proposals received as a result of this RFP. If a proposal is selected it will be the most advantageous regarding price, quality of service, the Contractor s qualifications and capabilities to provide the specified service and other factors which CCHA may consider. The CCHA does not intend to award a contract fully on the basis of any response made to the proposal; the CCHA reserves the right to consider proposals for modifications at any time before a contract would be awarded, and negotiations would be undertaken with that contractor whose proposal is deemed to best meet the CCHA s specifications and needs. 2. Low bid will be determined by response given on the Bid Form to the lowest total bidder or awards may be issued based on the lowest bid per location. Collier County reserves the right to reject low bids, to waive irregularities and/or infirmities in any bid, and to make the award in a manner deemed in the best interest of CCHA. 3. All prices and information required on the Bid Form must be typewritten or written legibly in ink. 4. Any stipulations made as to the bidder s bid shall subject the proposal to rejection. If bidder wishes to include additional information, bidder may do so with attachments. However, alternate proposals will not be considered unless specifically requested in these specifications. 5. Any bidder having a complaint or protest regarding a proposal must submit the complaint or protest in writing to the 's Contracting Officer eight (8) or more days prior to the date set for opening of bid proposals. Any bidder protesting a bid opening must submit the protest in writing to the Contracting Officer no later than three (3) days after bid opening for the protest to be considered. Pricing includes all general specifications listed. BID FORM For PEST CONTROL SERVICES Page 12 of 24

13 Property Name/Group COCC Main Office Section A & B ADDRESS Total Bid for Annual Fee Section A & Section B including offices buildings, community center, daycares and grounds. $ USDA Sections C, D, E and Collier Village, including office buildings, day care/ community center, common areas and grounds. Horizon Village Buildings A, B, & C, Laundry, Office Area, Common Areas and Grounds. ADDENDUMS: Bidder hereby acknowledges the following addendums issued during the proposal period: Addendum #1 Addendum #2 Issued Issued Submittal Statement: 1. The undersigned certifies that this Proposal is made in good faith, without collusion or connection with any other person or entity proposing on this work. 2. The undersigned Proposer has examined and read all General Specifications, General Terms and Conditions, maps and other Contract Documents, and all Addendums thereto; and is acquainted with and fully understands the extent and character of the work covered by this Proposal and the specified requirements for the proposed work. 3. The undersigned Proposer certifies that no officer or agent of the Collier County Housing Authority will directly or indirectly benefit from this Proposal. 4. The undersigned Proposer states that this proposal is made in conformity with the specifications, and agrees that in case of any discrepancy or differences between its Proposal and the specifications, the provisions of the latter shall prevail. 5. The undersigned Proposer certifies that it has carefully examined the foregoing Proposal after the same was completed and has verified every item placed thereon; and agrees to indemnify, defend and save harmless the Collier County against any cost, damage or expense Page 13 of 24

14 which may be incurred or caused by any error in its preparation of same. 6. The undersigned Proposer agrees that if this Proposal is accepted by Collier County Housing Authority, it will keep its Proposal in effect for 60 (sixty) calendar days thereafter. This time period begins at the time Proposals are opened and ends upon the signing of the award by the Executive Director. The Contract will follow thereafter. Approval by the Contracting Officer constitutes acceptance of the Proposal by the Collier County. D a t e Signature Print Name Company Name Company Address Title City State Zip Telephone # Fax # Federal Tax ID # Address The above individual must be authorized to sign on behalf of the company submitting the proposal. Proposals must be signed by an official authorized to bind the provider to its provisions for at least a period of 60 days. THE COLLIER COUNTY HOUSING AUTHORITY Oscar Hentschel, Executive Director INSPECTION REPORT NAME of PROPERTY: Inspection Date Pest Control Services: Roaches: Ants: Silverfish Poor Poor Poor Satisfactory Satisfactory Satisfactory Excellent Excellent Excellent Page 14 of 24

15 N/A N/A N/A Rats Mice Other Poor Poor Poor Satisfactory Satisfactory Satisfactory Excellent Excellent Excellent N/A N/A N/A Communication w/ CCHA staff Poor Satisfactory Excellent N/A Comments (Property Manager/Maintenance Supervisor/Contractor) Overall Appearance Poor, Satisfactory, Excellent Contractor Signature Required For Payment Date Management Signature Date NOTE: No payment will be issued until a minimum of a satisfactory is given by the Management. The Property Manager/Maintenance Supervisor will also observe that safety practices are being followed. NON-COLLUSIVE AFFIDAVIT STATE OF COUNTY OF, being first dully sworn, deposes and says; That he/she is, (a partner or officer of the firm, corporation, etc.) the party making the foregoing proposal or bid an attest to the following: Page 15 of 24

16 (1) that affiant employed no person, corporation, firm, association, or other organization, either directly or indirectly, to secure the public contract under which he received payment, other than person regularly employed by the affiant whose services in connection with the construction of the public building or project or in securing the public contract were in the regular course of their duties for affiant; and (2) that no part of the contract price received by the affiant was paid or will be paid to any persons, corporations, firm, association, or other organization for soliciting the contract, other than the payment of their normal compensation to persons regularly employed by the affiant whose services in connection with the construction of the public building or project were in the regular course of their duties for affiant; (3) that such proposal or bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person to fix the bid price of affiant or of any other bidder, or to fix any overheard, profit or cost element of said bid price, or of that of any other bidder, or to secure any advantage against the Collier County Housing Authority, or any person interested in the proposed contract; and that all statements in said proposal or bid are true. Signature Subscribed and sworn before me this day of, NOTARY PUBLIC My Commission expires CERTIFIED STATEMENT Before me this day of, 20, personally appeared, who duly sworn, deposes and says: 1. I would like to submit a certified statement that my company is registered in the State of Florida and is actively licensed to perform the services stated in this contract. Page 16 of 24

17 2. I would like to submit a statement that we have an understanding of the Government Requirements and are in agreement to comply. 3. I would like to submit the statement that I, the Contractor and any of my Sub- Contractors are not disbarred, suspended, or otherwise prohibited from practice by any Federal, State, or Local Agency. Signature of Bidder State of Florida County of SWORN TO AND SUBSCRIBED before me this day of 20, appeared who did take an oath and who is either personally known to the undersigned or has produced the following form of identification:. Notary Public Signature Notary Name: Commission Number: Commission Expiration Date: Page 17 of 24

18 Page 18 of 24

19 Collier County Page 19 of 24

20 Collier County Page 20 of 24

21 Collier County Page 21 of 24

22 Collier County Page 22 of 24

23 Page 23 of 24

24 Page 24 of 24

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS BIDDERS COMPANY NAME REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS Prepared by: Washtenaw County Purchasing Division Administration Building 220 N. Main, B-35

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

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

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

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT The City of Des Peres is soliciting bids from qualified vendors to remove, furnish and install new flooring in activity rooms A and

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

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

More information

INVITATION TO BID Retaining Wall

INVITATION TO BID Retaining Wall INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining

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

Request for Qualifications

Request for Qualifications Request for Qualifications Barry County Sheriff s Department/Jail Facility and Commission on Aging Facility Consulting Services Barry County 220 W. State St. Hastings, Michigan 49058 Prepared By: Michael

More information

April 15, 2013 PEST CONTROL BID Page 1 of 13

April 15, 2013 PEST CONTROL BID Page 1 of 13 INVITATION TO BID PEST CONTROL SERVICES The Ware County Board of Commissioners is seeking bids from Contractors to provide Pest Control services for all the county buildings listed in the bid package.

More information

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which

More information

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

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

More information

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

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

TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES

TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES Section 1. RECEIPT AND OPENING OF SUBMISSIONS A. OWNER AND PROJECT The

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

AMENDMENT TO PEST CONTROL SERVICES, RFP # 17-SFY-10

AMENDMENT TO PEST CONTROL SERVICES, RFP # 17-SFY-10 AMENDMENT TO PEST CONTROL SERVICES, RFP # 17-SFY-10 The following sections of the Pest Control Services Request for Proposals, RFP # 17-SFY-10, have been modified, as identified in red. Except for those

More information

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS Sealed bids will be received in the Jefferson Parish Sheriff s Purchasing Department,

More information

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

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

More information

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

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

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

More information

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

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

PROPOSAL REQUEST. Sumner County Sheriff s Office

PROPOSAL REQUEST. Sumner County Sheriff s Office PROPOSAL REQUEST Mobile In-Car Camera Systems for use in Patrol Vehicles For the Sumner County Sheriff s Office Sumner County Government Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

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

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

More information

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

HVAC Remodel Second Floor North Center Building

HVAC Remodel Second Floor North Center Building Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December

More information

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C) Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New

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 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

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

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

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

More information

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

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

More information

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES INTRODUCTION A. Overview The Sullivan County Land Bank Corporation ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to obtain Accounting

More information

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

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

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

Office Janitorial Services at One Administration Building

Office Janitorial Services at One Administration Building REQUEST FOR QUOTES - SERVICES CONTRACT Office Janitorial Services at One Administration Building Contract Number: 18-S-0024 NO PRE-BID MEETING FOR THIS REQUEST Contract Administrator: RON HANIUK PH: 541-682-2583

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

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

More information

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

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

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

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 to Bid RFP-VISITOR MANAGEMENT SYSTEM

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

More information

City of Albany, New York

City of Albany, New York City of Albany, New York REQUEST FOR PROPOSALS FOR THE PROVISION OF BOND COUNSEL SERVICES Proposal Number 2012-03 March 19, 2012 SECTION 1: PURPOSE 1.1 The City of Albany hereby requests proposals from

More information

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Manalapan Township Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Section 1: General Terms 1.1 Purpose and Response Date Manalapan Township hereby issues this Request for Proposals

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

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

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

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 REPLACEMENT OF INTERIOR AND EXTERIOR DOORS AT KORTE ELEMENTARY SCHOOL RFP# 2019-PUR-006 PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP #2019-PUR-006

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

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

RFP GENERAL TERMS AND CONDITIONS

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

More information

REQUEST FOR 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

Invitation to Bid BOE. Diesel Exhaust Fluid

Invitation to Bid BOE. Diesel Exhaust Fluid Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN

More information

Request for Proposal Data Network Cabling

Request for Proposal Data Network Cabling Request for Proposal Data Network Cabling Vernon Public Schools, Connecticut BID # VPS-FY16-004 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov Proposals Due: Thursday,

More information

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts The Gordon County Board of Commissioners is accepting sealed written bids from qualified vendors to provide Public Works Related Materials and Services. Bid specifications and bid forms are attached. Your

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

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

More information

LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS SHADE STRUCTURES FOR DUGOUTS

LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS SHADE STRUCTURES FOR DUGOUTS LEGAL NOTICE - MUST RUN IN SOUTHTOWNSTAR Wednesday February 5, 2014 LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS SHADE STRUCTURES FOR DUGOUTS The Village of Orland Park, Illinois

More information

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

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

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CASTRO AVE. AND F.M. 462 WATER IMPROVEMENTS PUBLISHED DATE: March 1, 2018 RESPONSE DUE DATE: April 24, 2018 Interested vendors must submit a RESPONSE PACKAGE

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Suffield Public Schools Suffield, Connecticut July 9, 2018 Suffield High School Library Media Center Carpet Replacement Suffield High School 1060 Sheldon Street, West Suffield, CT

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional real estate appraisal

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

REQUEST FOR PROPOSALS PHYSICAL NEEDS ASSESSMENT. December 11, 2017

REQUEST FOR PROPOSALS PHYSICAL NEEDS ASSESSMENT. December 11, 2017 REQUEST FOR PROPOSALS PHYSICAL NEEDS ASSESSMENT December 11, 2017 Housing Authority of the City of Danville Jaclyn Vinson Executive Director An Equal Opportunity Employer & Housing Provider The responsibility

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019 Bidders Name: Address: City and State: Phone: Fax: E-Mail: TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ 08085 SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR

More information

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

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

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL 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

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor BAY CITY HOUSING COMMISSION 315 14 th Street ~ Bay City, Michigan 48708 (989) 892-9581 fax (989) 892-5818 tdd (800) 545-1833 ext 561 Bid for Replacing Suspended Ceiling Panels at Maloney Manor The Bay

More information

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

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

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS CITY OF NORTH KANSAS CITY, MO Department of Public Works 2010 Howell Street North Kansas City, Missouri 64116 Telephone: (816) 274-6004 ADVERTISEMENT FOR BIDS Sealed bids for: Construction of a New Parks

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m. PUR666 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE September 2, 2015 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide

More information

TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019

TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019 TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019 NOTICE IS HEREBY GIVEN that sealed submissions will be received by

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

REQUEST FOR SEALED PROPOSALS

REQUEST FOR SEALED PROPOSALS REQUEST FOR SEALED PROPOSALS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS CITY REDEVELOPMENT ATTORNEY 2015 CITY OF WOODBURY 33 DELAWARE STREET WOODBURY GLOUCESTER COUNTY NEW JERSEY, 08096 Proposal

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

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES I. PURPOSE AND INTENT The City of Easton (hereinafter City ) is currently seeking proposals from qualified Third-Party Agencies (hereinafter

More information

ORANGE BOARD OF EDUCATION 637 ORANGE CENTER ROAD ORANGE, CT (203) SPECIFICATION COVER SHEET

ORANGE BOARD OF EDUCATION 637 ORANGE CENTER ROAD ORANGE, CT (203) SPECIFICATION COVER SHEET ORANGE BOARD OF EDUCATION 637 ORANGE CENTER ROAD ORANGE, CT 06477 (203) 891-8020 SPECIFICATION COVER SHEET The Orange Board of Education reserves the right to reject any and all bids, or separate parts

More information

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

Company Name: Address: Date: OFFICAL SIGNATURE PRINT Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The

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

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding PUR413 May 22, 2013 MANDATORY PRE-BID MEETING JUNE 06, 2013 VEGETATION Center Grinding Time: We are pleased to invite your company to a mandatory pre-bid meeting on June 06, 2013 @ 10:00 A.M. SHARP! Late

More information

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Page 1 of 5 Bid No.: Date Released: September 25, 2017 SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time:

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

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional firms licensed in

More information

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study Due date: May 12, 2017 Time: 4:00 pm Receipt Location: 230 Government Center Drive Wilmington, NC 28403 Procurement Contact Person: Name:

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

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

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

More information