Collier County Sheriff s Office

Size: px
Start display at page:

Download "Collier County Sheriff s Office"

Transcription

1 Collier County Sheriff s Office RFP # AUTOMOTIVE COLLISION REPAIR SERVICES Release date: April 21, 2014 CONTACTS: MELISSA PEARSON, CPPB SR. BUYER JENNIFER ESPINOSA, CPPB BUYER II PURCHASING DEPARTMENT MAIN: FAX: purchasing@colliersheriff.org WEBSITE: PROPOSAL DUE DATE, TIME AND DELIVERY LOCATION: Due Date: May 23, 2014 by 5:00 P.M. EST Collier County Sheriff s Office Purchasing Department 2885 County Barn Road Naples, FL RFP # AUTOMOTIVE COLLISION REPAIR SERVICES

2 Table of Contents 1. INTRODUCTION... 1 A. Intent... 1 B. Schedule of Events... 1 C. Contact Information... 1 D. Questions... 2 E. Questions Deadline... 2 F. Proposal Submission Due Date... 2 G. Public Bid Opening... 2 H. Proposal Submission Format EVALUATION PROPOSAL QUALIFICATIONS & DISQUALIFICATIONS... 6 A. Qualifications B. Disqualifications CONTRACT AWARD PROTEST TERMS AND CONDITIONS... 9 A. Definitions... 9 B. Liabilities Indemnification OSHA Compliance Independent Contractor Personnel Litigation Costs Confidentiality of Information Venue Assignment Disclaimer C. Insurance ADJUSTMENTS/MODIFICATIONS/AMENDMENT SCOPE OF WORK (SOW) CONTRACT TERM CONTRACT TERMINATION INVOICES PROHIBITION OF GIFTS TO CCSO EMPLOYEE OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES ATTACHMENTS TAB D. SCOPE OF WORK TAB E. EXCEPTIONS TO SPECIFICATIONS TAB G. DRUG FREE WORPLACE TAB I. EQUAL RIGHTS ACT STATEMENTS TAB J. REFERENCES TAB L. ADDENDUM EXHIBIT A. PRICE PROPOSAL RFP # AUTOMOTIVE COLLISION REPAIR SERVICES

3 1. INTRODUCTION A. Intent The Collier County Sheriff s Office ( CCSO ) Fleet Management Bureau has issued this Request for Proposal for a local qualified contractor for automotive collision repair services. To establish a firm fixed priced contract for automotive and truck collision repair services. An award will be based on Contractor s response this solicitation. The proposed solution shall perform in accordance with the Scope of Work and it must be in compliance and meet all local, state and Federal laws, guidelines, standards, and regulations. B. Schedule of Events Important Note: The table below lists the activities relevant to this process. CCSO reserves the right to change the dates and it is the responsibility of the Contractors to check the CCSO website periodically to review the schedule for changes. If changes do occur, addenda/ addendum shall be posted to the website. Event Time Date Solicitation released N/A April 21, 2014 Legal Notice Ad-Published: Naples Daily News N/A April 20, 2014 April 27, 2014 Contractor s Questions Deadline 5 P.M. EST May 1, 2014 Proposal Due 4 P.M. EST May 23, 2014 Proposal Public Bid Opening 10 A.M. EST May 27, 2014 Evaluators Period N/A May 28 30, 2014 Contract Award Announcement N/A June 2, 2014 Contract Start N/A June 16, 2014 Note: Schedule changes and/or amendments for this solicitation will be issued addenda/addendum and shall be posted to our website at: the How do I tab or at the link: C. Contact Information a. Please use the provided CCSO Purchasing Department contact information for all correspondence listed in this section. All correspondence shall be directed to the CCSO Purchasing Department: Melissa Pearson, CPPB Senior Buyer Jennifer Espinosa, CPPB Buyer II Direct: 239/ Fax: 239/ purchasing@colliersheriff.org b. Contractors shall not communicate with any members of the CCSO during the process unless authorized by the Purchasing Department. c. Contractors who fail to communicate through the Purchasing Department and solicit or lobby information during this process either directly or indirectly to CCSO members or other sources may result in proposal rejection and disqualification. Page 1 of 17

4 D. Questions All questions for this must be ed to Telephoned or faxed questions shall not be accepted or considered. Contractors shall make reference to the question they are asking by providing the section number and title name, paragraph number (if applicable), and page number. E. Questions Deadline The deadline to submit questions shall be May 1, 2014 by 5 P.M. EST. F. Proposal Submission Due Date Proposals shall be received at the Purchasing Department of the Collier County Sheriff's Office located at 2885 County Barn Road, Naples, Florida by 4:00:00 P.M. EST on May 23, Proposal received after the deadline shall not be considered and they will be returned unopened to the return address on the package. Contractors shall be solely responsible for the timely delivery of their proposal regardless of the delivery method used. G. Public Bid Opening The Public Bid Opening shall be at the Collier County Sheriff s Office, Purchasing Department, Conference Room, at 2885 County Barn Road, Naples, FL on May 27, A.M. EST to reveal the Contractors whom submitted proposals by the advertised deadline. The proposals will then be submitted for evaluation independent review and scoring. H. Proposal Submission Format 1. Any Contractor failing to respond in the following manner may be declared non- responsive: a. Contractor shall provide a proposal, typed or computer generated, in English, clearly responding to all specifications, requirements, criteria and questions outlined and detail any exception from this request. 2. Contractor shall submit hardcopies and one electronic copy as follows: One (1) original Price Proposal, Exhibit A (Attachment) and electronic copy in separate sealed envelope. One (1) original Proposal Two (2) exact copy One (1) electronic format Each binder must be sealed inside separate opaque packages and marked as Original and Copy. Package addressed to: Collier County Sheriff s Office RFP # Automotive Collision Repair Services Attn: Purchasing Department 2885 County Barn Road Naples, FL Contractors must submit proposals in three-ring binders in the following order and format. Tabbed dividers shall separate each section, and the tabs must have typed labels identifying each tabbed section. It is mandatory that all proposals be presented in the following format. Failure to do may result in the proposal being declared non-responsive. Page 2 of 17

5 Contractor must submit exception(s) if they are unable to provide any of the following information requested below. Tab A. Transmittal letter 1. Proposer must draft a letter to the CCSO Purchasing Department to include the following: a) Date of letter b) Return address of letter shall include the organization name and address of Proposer. c) Below return address, CCSO s address: Collier County Sheriff s Office, Purchasing Department, 2885 County Barn Road, Naples, FL d) In the body of the letter shall be a statement that the proposal is indeed in response to this solicitation for RFP # Automotive Collision Repair Services. All proposals submitted shall state this is an irrevocable offer by the Proposer for 120 business days from the date of submission. e) A closing statement from the person who has the authority level and is authorized to commit the organization to the entire proposal and all associated costs. It must include the person s typed name and title with the original ink signature at the letter bottom. Proposals not signed by an authorized officer of the Proposer s organization will be eliminated. f) Point of contacts names, titles, telephone numbers, and addresses for 1. Cost proposal 2. Contractual 3. Scope of Work Specifications Tab B. Qualifications, Project Experience, Company Brief History, and Past Performance 1. Proposer shall draft a document and submit professional qualifications of the individual(s) that will be assigned to CCSO s account to include owner(s) and manager(s). 2. You must also include the organization s relevant project experience where similar services have been provided. 3. A brief company history including company s years in business. 4. Past performance shall be considered in the evaluation of proposals. Contractor s that have had past performance issues with CCSO in the past shall provide a detailed explanation how those issues will be corrected [if applicable]. Tab C. ASE or ICAR Certifications Contractor shall submit professional certifications for the Collision Repair Facility and the employees that will perform automotive collision repair services. Page 3 of 17

6 Tab D. Tab E. Tab F. Tab G. Tab H. Tab I. Tab J. Tab K. Tab L. Scope of Work (Attachment) Contractor shall agree or non-agree (make exception) for each corresponding components of the SOW; a detailed explanation must be provided to ensure CCSO has a full understanding of all items that Contractor agrees or non-agrees too. Exceptions to Specifications (Attachment) Contractors taking exception to any part or section of this request shall indicate such exceptions on a separate sheet entitled "EXCEPTIONS TO SPECIFICATIONS". A full explanation to an alternative must be provided outlining the benefit over the listed specification(s). Failure to indicate any exceptions shall be interpreted as the Contractor s intention that they fully comply with the specifications as written. Certificate of Insurance Questionnaire (Attachment) Include certificate of insurance coverage s required by this request or fill in questionnaire affirming that all coverage s and policies are in force or will be in force prior to contract commencement date. Certificate of Insurance shall be presented to the Purchasing Department naming CCSO as the Additional Insured. Drug Free Workplace Policy or Certificate (Attachment) Must maintain it is a drug-free workplace and provide a policy or certificate. Unauthorized Alien (Attachment) Notarized statement that the Contractor does not employ unauthorized aliens in accordance with Section 274A (e) of the Immigration Nationality Act (8 U.S.C. 1324a), as required in Section G. Equal Rights Act Statement (Attachment) Certifying that the Contractor s is in accordance with the provisions of Title VII of the 1968 Equal Rights Act as amended by the Equal Employment Opportunity Act of 1972 and Executive Order 11914, the Contractor does not discriminate on the basis of race, color, sex, religion, national origin or disability in its employment practices. References (Attachment) The Contractor must provide three (3) references; one reference must be governmental with Contractor s proven ability providing similar services as requested in this solicitation. Public Entity Crime Form (Attachment) Sworn statement Pursuant to Section (3)(a)F.S. on Entity Crimes Addendum (if applicable) (Attachment) 1. Any changes to the schedule of events or the solicitation shall be posted to the CCSO website in an Addenda/Addendum. It shall be the Contractor s responsibility to check the CCSO website periodically and prior to proposal submission. Page 4 of 17

7 2. Any addenda/addendum posted to the website must be printed, acknowledged and included. 2. EVALUATION A. Proposals will be evaluated and scored for completeness and the Contractor s capabilities to meet and/or exceed the requirements in the request. B. All proposal(s) shall be scored and an award made to the responsive and responsible Contractor whose proposal is determined to be the most professionally and technically responsive and not necessarily to the lowest priced proposal. C. CCSO reserves the right to negotiate further terms and conditions, including price, with the highest ranked Contractor at the end of the evaluation process. If CCSO is unable to reach a mutually beneficial agreement with the first selected Contractor, CCSO reserves the right to enter into negotiations with the next highest ranked Contractor and continue the process until an agreement is reached. Contractors are cautioned to provide their best offer initially. Prior to negotiations with the highest ranked Contractor, Contractors providing additional information requested by CCSO shall not submit in their response any information that will alter or change the terms and conditions of their original proposal. 1. Evaluation a. Proposals shall be initially reviewed that they are responsive and responsible and that they comply with the submission format and qualifications. b. Failure to meet the initial review requirements may cause the proposal to be rejected and eliminated for further review by the evaluation members. c. Evaluation members shall independently review and subjectively score each proposal received in response to this request. d. At no time shall the scoring members meet or jointly discuss any of the proposals received in response to this request with the exception of any oral presentation requested of the Contractors by the Purchasing Department or attendance at a Protest Hearing should a protest be lodged by one or more unsuccessful Contractors. e. During the evaluation process CCSO may request from the Contractor s representative to answer questions regarding their proposal. f. Evaluation members shall not disclose any information derived from one proposal to any other Contractor. g. Proposal evaluations and the contract award announcement are based on the following criteria and scoring weight. Page 5 of 17

8 2. Evaluation Weights DESCRIPTION WEIGHT Qualifications, Project Experience, Company Brief History, and Past Performance 25% Scope of Work (SOW) 40% Price Proposal 30% References 5% 3. PROPOSAL QUALIFICATIONS & DISQUALIFICATIONS A. Qualifications: 1. Contractor shall be a reputable, qualified, firm that is fully experienced in providing collision repair services for vehicles and light, medium, and heavy weight trucks with a minimum of five years experience in providing these services. 2. Contractor shall have a facility with the proper licenses and registrations to perform automotive collision repair services. 3. Contractor must submit a fully responsive and responsible proposal. 4. Contractor must provide CCSO a copy of their current Florida Department of Agriculture and Consumer Services registration certificate. 5. The Contractor must provide three (3) references; one reference must be governmental. Must provide the organization names, addresses, contact name, phone number and address where similar services have been successfully provided. 6. If the Contractor is an organization it must maintain a drug-free workplace policy or certificate and said document must include pre-employment and random drug screening of all employees. The Contractor shall certify at the time of submission of their proposal that such a program is in place and functioning. The Sheriff s Office reserves the right to periodically request, during the term of the contract, proof that the drug-free workplace is being conscientiously applied. 7. In accordance with Section (3)(a), Florida Statutes, prospective bidders must complete the attached notarized statement pursuant to Section (3)(a), Florida Statutes, On Public Entity Crimes concerning convictions of the Contractor for public entity crimes and return it with their proposal. 8. Contractor must not employ unauthorized aliens in accordance with the provisions of Section 274A (e) of the Immigration and Nationality Act (8 U.S.C. 1324a). 9. In accordance with the provisions of Title VII of the 1968 Civil Rights Act as amended by the Equal Employment Opportunity Act of 1972 and Executive Order 11914, the Contractor Page 6 of 17

9 in its employment practices shall not discriminate on the basis of race, color, sex, religion, age, national origin or disability. 10. CCSO shall conduct a background screening on all contract employees accessing CCSO buildings, properties, databases, or documents of the Sheriff. If required, Contractor shall comply with the mandated background screening for those employees, technicians, and/or contractors and sub-contractors. B. Disqualifications: 1. Any of the following reasons may be considered as sufficient cause for disqualification of a Contractor and the rejection of his/her proposal or proposals: a. More than one proposal for the same provision of services from and individual, firm or corporation under the same or different name. b. Evidence that the Contractor has a financial interest in the firm of another Contractor for the provision of the same services. c. Evidence of collusion among Contractors. Participants in such collusion shall receive no recognition as Contractors for the provision of any services until such participant has been reinstated as a qualified Contractor or a period of five years whichever is greater. d. Default under a previous contract for the provision of services or products to CCSO. 2. Failure of the Contractor to disclose at the time of submission of his/her proposal that any member of the CCSO or an immediate family member of a member of the CCSO has more than five percent (5%) interest in the submitting organization. 3. Contractor has been debarred or suspended from participation in the State of Florida s term contract program or SPURS System. 4. Employment of unauthorized aliens in violation of Section 274A(e) of the Immigration and Nationality Act (8 U.S.C. 1324a). 5. Evidence that the Contractor discriminates in its employment practices in violation of Title VII of the 1968 Civil Rights Act as amended by the Equal Opportunity Employment Act of 1972 and Executive Order Failure of the Contractor to respond as outlined in Proposal Submission Response and Scope of Work (SOW) format may disqualify them from the evaluation process and deem the proposal non-responsive. Page 7 of 17

10 4. CONTRACT AWARD A. It is the desire of the Sheriff that all of the services in this request be provided by a single vendor; however, if it is determined to be in the best interests of the CCSO and the Citizens of Collier County then the contract, in whole or parts, may be awarded to multiple vendors. B. The award shall be made to the responsive and responsible Contractor whose proposal is determined to be the most professionally and technically responsive and demonstrates the best capability to fulfill the requirements as specified in the request and not necessarily to the lowest priced proposal. The selection process may include a request for additional information. The Sheriff s decision is final. C. The Sheriff reserves the right to reject any and all, or parts of any and all proposals; re-advertise this request; postpone or cancel, at any time, this solicitation process; or waive any irregularities in this solicitation or in the proposal(s) received as a result of this request. D. The determination or the criteria and process whereby proposals are evaluated, the decision as to who shall receive the contract award, or whether or not an award shall ever be made as a result of this request, shall be at the sole discretion of the Sheriff. E. If a sealed proposal contains information that a Contractor does not wish disclosed to the public, or used for any purpose other than the evaluation of this offer, all such information must be submitted with indications on each page that the material is "Proprietary", "Confidential" or a "Trade Secret". F. All information contained in the proposal shall remain confidential throughout the duration of the evaluation process. However, in accordance with Chapter 119, Florida Statutes and other pertinent laws of the State of Florida, once an award is made to a successful Contractor, all information, in all received proposals shall be available for public review. G. Contractors shall provide any and all statements in their sealed proposals that they desire to be included in a final contract for supplying and a web based video visitation system. Any exceptions to any terms and conditions may be made and shall be subject to negotiation. However, the inability to contractually guarantee any statement or specification may result in future elimination. 5. PROTEST A. Protest of an award must be filed 10 business days from the date of the award announcement notification by 5:00 P.M. EST. Protest shall be filed with the Collier County Sheriff s Office, Purchasing Department Manager, and the following shall be included: Name, address, and telephone number of protester Solicitation number of ITB/ITB Page 8 of 17

11 A detailed statement enumerating sections of the proposal and/or the evaluation process that the protestor considers being flawed or unfair. Protestor or its representative s original signature B. Protest review and action shall be considered final with no further formalities being considered. C. Contractor s failure to follow the bid protest guidelines and timeline of 10 business days shall constitute a waiver of the Contractor s right to protest and any resultant claim. 6. TERMS AND CONDITIONS A. Definitions: For the purpose of this article only, the following terms have the meaning indicated. 1. Request for Proposal (RFP). A solicitation document issued by a procurement office requesting proposals from potential vendors for goods and/or services. Various factors are evaluated for best value with price not being the primary evaluation factor. 2. CCSO means the Collier County Sheriff's Office, its correctional facilities, its divisions, substations, agencies, officials, officers and employees. 3. Contractor means vendor, and its officers, agents, representatives, and employees. 4. Successful Contractor means contractor or vendor awarded the contract. B. Liabilities 1. Indemnification: Successful Contractor shall indemnify the CCSO against liability for any suits, actions, or claims of any character arising from or relating to the Successful Contractor's performance under the awarded contract. a. The CCSO has no obligation to provide legal counsel or legal defense to the Successful Contractor in the event that a suit, claim, or action of any character is brought by any person not party to the awarded contract against the Successful Contractor as a result of or relating to the Successful Contractor's obligations under the awarded contract. b. The CCSO has no obligation for the payment of any judgment or the settlement of any claims made against the Successful Contractor as a result of or relating to the Successful Contractor's obligations under the awarded contract. Page 9 of 17

12 c. The Successful Contractor shall give immediate notice to the Sheriff or his designated representative of any claim or suit made or filed against the Successful Contractor or any matter pertaining to the awarded contract. d. The Successful Contractor shall cooperate, assist and consult with the CCSO in any claim, suit or action made or filed against the CCSO or Collier County as a result of or relating to the Successful Contractor's obligations under the awarded contract. 2. OSHA Compliance: The Successful Contractor expressly agrees that it shall be solely responsible for supervising its employees, that it shall comply with all rules, regulations, orders, standards, and interpretations promulgated pursuant to the OSHA Act of 1970, including but not limited to training, recordkeeping, providing personal protective equipment, lockout/tagout procedures, material safety data sheets and labeling as required by the Right to Know Standards, 29 CFR Independent Contractor: The CCSO shall expressly acknowledge that the Successful Contractor is an independent contractor, and nothing in their Agreement is intended nor shall it be construed to create an agency relationship, and employer/employee relationship, a joint venture relationship, or any other relationship allowing CCSO to exercise control or discretion over the manner or method by which the Successful Contractor performs their obligations under their Agreement. 4. Personnel: The Successful Contractor certifies that it has, or shall secure at its own expense, all personnel required in performing the services under the awarded contract. Such personnel shall not be employees or have any contractual relationship with CCSO. a. All of the services required hereunder shall be performed by the Successful Contractor or under its supervision and all personnel engaged in the work shall be fully qualified to perform such services. 5. Litigation Costs: All of the Successful Contractor's litigation costs including reasonable attorney fees, arising from disputes under the awarded contract shall be paid by the Successful Contractor. 6. Confidentiality of Information: The Successful Contractor shall agree that all CCSO files, records and electronic communications pertaining to the Successful Contractor s obligations under the awarded contract, are the exclusive property of CCSO and all information contained therein is confidential and is not to be discussed, copied, published or disseminated to any individual or organization outside of CCSO without the written approval of CCSO. 7. Venue: The CCSO and the Successful Contractor shall agree that the awarded contract shall be a Florida contract to be performed in Florida, and further that any litigation arising thereunder shall be brought and completed in Collier County, Florida and other pertinent Florida courts, and further that neither party shall seek to remove such litigation from Page 10 of 17

13 Circuit Courts or Appellate Courts of the State of Florida by application of conflict of laws or any other removal process. 8. Assignment: Neither the awarded contract nor any of the Successful Contractor s obligations hereunder shall be transferred by the Successful Contractor in whole or part without the expressed written permission of CCSO. 9. Disclaimer: Due care and diligence has been exercised in the preparation of this INVITATION TO BID, and all information contained herein is believed to be substantially correct. Neither the CCSO nor its representatives shall be responsible for any error or omission in this request, nor for the failure on the part of the Contractor to determine the full extent of the exposure. C. Insurance 1. The Successful Contractor shall provide a certificate of insurance indicating that the following insurance requirements are in force at the time of contract start date: a) Workers Compensation: Statutory benefits with minimum employer's liability of $100,000 each accident. b) General Liability: The Successful Contractor shall warrant that it and all of its employees shall have general liability insurance coverage with minimum limits of $1,000,000 per occurrence and $2,000,000 in aggregate annually naming the CCSO as additionally insured. c) Automobile Liability: Liability insurance covering all owned and hired vehicles used in connection with the Successful Contractor's obligations under the awarded contract, of not less than $500,000 combined single limit per occurrence. 2. The Successful Contractor shall be solely responsible for the payment for required coverage s and the payment of any deductibles required by said policies. 3. Any cancellation, reduction in value or lapse of insurance coverage shall be considered a material breach of the awarded contract. 4. The Successful Contractor shall be responsible in providing valid certificates of insurance with the requirements outlined above to CCSO throughout the duration of the contract term. 7. ADJUSTMENTS/MODIFICATIONS/AMENDMENTS 1. Should the Collier County Sheriff's Office and the Successful Contractor mutually agree to a change in the scope of the program during the contract term, a mutually agreed to price adjustment shall be allowed. Page 11 of 17

14 2. Changes in contractual provisions of services to be furnished under the contract may be made only in writing and must be approved mutually by an agent of the Successful Contractor and the Sheriff's Office. 3. The Successful Contractor shall give full attention to the faithful execution of the contract, shall keep the contract under his control, and shall not by power of attorney or otherwise assign the contract to any other party without prior written approval of the Sheriff. 4. Should laws change requiring additional services or significant changes in costs, the Successful Contractor and the Collier County Sheriff's Office shall negotiate an equitable price adjustment. 5. During the term of the awarded contract, the Successful Contractor shall furnish all of the services specified in this request. 6. The Successful Contractor understands and agrees that the awarded contract is a requirements contract and the Collier County Sheriff's Office shall have no responsibility or obligation to the Successful Contractor in providing contractor s services. 7. All notices and requests by the Sheriff's Office or the Successful Contractor shall be in writing and shall be delivered by certified mail, return receipt requested, to the correct address of the parties to the contract. Either party may change its address by giving notice of the new address to the other party. 8. SCOPE OF WORK The Collier County Sheriff s Office (CCSO) Fleet Management Bureau is seeking a qualified Contractor to provide automotive collision repair services for its Fleet Management Bureau. Noncollision automotive mechanical repairs will not be a part of the contract. Work performed must be done in accordance to the agreed upon contract with the Contractor and CCSO. 1. Business Hours a) Contractor must provide business hours at minimum Monday Friday from 8:00 a.m. 5:00 p.m. (excluding County holidays). 2. Vehicle Repairs a) All parts installed shall be O.E.M. new or used; used parts will need prior approval from the Fleet Manager, Fleet Foreman, or designee. b) Vehicles shall be restored to pre-accident condition and the repairs must meet or exceed factory specifications. c) Contractor shall maintain strict confidentially of CCSO undercover vehicles. Page 12 of 17

15 d) Contractor shall be responsible for subcontractor repairs, i.e. glass, graphics, and so forth. 3. Vehicle Delivery a) CCSO Fleet Management will make arrangements for vehicles that are unable to be driven to the Contractor s location. However, it will be the responsibility of the Contractor to return all repaired vehicles to CCSO Fleet Management Bureau. b) Contractor s will be responsible for pick up and deliver of vehicle to CCSO Fleet Management Facility located at 2885 County Barn Road, Naples, FL Inspection & Acceptance a) CCSO Fleet Management reserves the right to inspect the Contractor s facility where the work is being performed during Contractor s regular business hours. a) Approval of inspection and acceptance of vehicle repairs will be provided by CCSO Fleet Manager, Shop Foreman, or designee. Contractor must inform CCSO prior to vehicle delivery to ensure a member is available for inspection and acceptance. 5. Certifications a) Contractor must be an ASE or I-CAR certified repair facility. b) Contractor s technicians must be I-CAR or ASE certified. 6. Contractor s Facility a) Contractor s facility must be equipped with secured fenced area and preferably with a surveillance system where CCSO vehicles will be stored. b) Contractor s facility shall have adequate parking. c) Contractor s facility must accommodate all makes, models, and sizes of CCSO owned vehicles to include vehicles, light, medium and heavy weight trucks, vans, and buses. Contractors shall have expertise and facility to successfully repair damages to vehicle factory specifications. If the facility is unable to meet this requirement Contractor can make an exception with an alternative to meet our request. 7. Licenses, Registrations, and Insurance Contractors shall have current licenses, registrations, and insurance which permit automotive collision repairs. Validity must be current throughout the contract term(s). a) Shall provide a current copy of Collier County Occupational License. b) Shall provide a current copy of business registration with Florida Department of Agriculture and Consumer Services (FDACS), Florida Motor Vehicle Act. Page 13 of 17

16 c) Required insurance coverage s must be in force and provided with Contractor s proposal submission. 8. Warranty a) Repair and parts warranty for labor, materials, and parts shall be a minimum of one year. b) The warranty period shall begin on the date of vehicle inspection and acceptance by CCSO. 9. Estimates/Repair Costs a) Contractor must provide immediate tear down for proper estimate with a completion repair date (If after business hours, must provide the next business day). Upon acceptance of vehicle repair estimate and a commitment completion date, the commitment timeline will begin 24 hours after approval to proceed with the repairs. b) Contractor s that fail to meet the committed completion deadline shall be penalized 5% of the final invoice costs which Contractor shall deduct from the invoice prior to submission of payment to CCSO. c) Contractor must provide a final estimate for the repair(s) within 24 hours from delivery or next business day, if weekend or holiday. All estimates will be based on the awarded contract prices. Estimate paperwork must include the following: ~Contractor s business name and address ~CCSO vehicle number ~Estimator/Technician printed or typed name ~Vehicle Make/Model/Year ~Estimator/Technician Signature ~Vehicle odometer reading in ~Estimate date ~Vehicle odometer reading out ~Days to Repair (commitment date) ~Work Order number ~Detailed cost breakdown of all parts, labor, and supplies ~CCSO member name ~Detailed costs for lettering and decals (if applicable) approving estimate ~Any discounts applied d) Supplemental charges will not be authorized without prior approval of the Fleet Manager or his designee. All mechanical problems or collision repair supplements identified after estimate was provided must be reported to CCSO Fleet Manager, Shop Foreman, or designee prior to work being performed for acceptance and approval. To proceed. Invoices with unauthorized supplemental charges for repairs shall not be paid. 10. Sublet Repairs a) Contractor shall seek quotes for sublet repairs to ensure CCSO will receive the lowest cost possible and invoice CCSO with a percentage markup for those services. b) Contractor shall be responsible for all sublet repairs and the coordination of services to have them completed. Page 14 of 17

17 c) Contractor shall provide delivery of vehicles for all sublet repairs, if applicable. 11. Secondary Contractor a) CCSO reserves the right to utilize services from the second most responsive and responsible respondent in the event the awarded Contractor is unable services in a timely manner. 12. Records Audit a) Contractor agrees CCSO Fleet Management Bureau reserves the right to audit repair estimates and commitment times during Contractor s business hours. 13. Invoices For prompt payment, Contractor shall adhere to the following procedure when submitting invoices for payment. a) Pricing shall be in strict accordance with the contract, no exceptions. b) Invoices shall itemize all categories for a complete breakdown of work performed including parts, paint, and supplies. Invoices providing only a summary will be delayed in payment until CCSO receives an itemized invoice. c) Contractor s invoice to include the following: Date of approval to proceed with repair Commitment completion date Breakdown of repairs, parts, and supplies CCSO vehicle number Vehicle mileage Signature and date field for CCSO Fleet member accepting completed work. 9. CONTRACT TERM 1. Unless otherwise mutually agreed by both parties, the awarded contract shall commence June 1, 2014 and terminate September 30, Renewal options may be offered with three additional, one year terms. 10. CONTRACT TERMINATION 1. Termination for Cause: The Collier County Sheriff's Office may terminate the awarded contract at any time that the Successful Contractor fails to carry out its provisions or to make substantial progress under the terms specified in the contract. a. The Collier County Sheriff's Office shall provide the Successful Contractor with 15 business day s notice of conditions endangering performance. If after such notice the Successful Contractor fails to remedy the condition contained in the notice, the Collier County Sheriff's Office shall issue an order to stop work immediately. Page 15 of 17

18 b. The Collier County Sheriff's Office shall be obligated to reimburse the Successful Contractor only for those services rendered prior to the date of notice of termination, less any liquidation damages that may be assessed for non-performance. 2. Termination by Mutual Agreement: With the mutual agreement of both parties upon receipt and acceptance of not less than 15 business days written notice, the awarded contract may be terminated on an agreed date prior to the end of the contract period without penalty to either party. 3. Termination for Special Situations: Either party may terminate the awarded contract immediately following 15 business days written notification to the other documenting the occurrence of any of the following: a. In the event there is a change in the Office of Sheriff due to an election, resignation or death and the Sheriff-elect makes the decision not to continue the awarded contract. b. The Successful Contractor or any of its principals are debarred, suspended, proposed for debarment or declared ineligible to participate in the State of Florida SPURS System under the provisions of Section (3)(a),Florida Statutes or pursuant to Rule 60A F.A.C. 11. INVOICES c. Insolvency, bankruptcy or receivership of the Successful Contractor. 1. CCSO invoice shall be addressed to: Collier County Sheriff s Office Attn: Fleet Management Bureau 2885 County Barn Road Naples, FL PROHIBITION OF GIFTS TO CCSO EMPLOYEES 1. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any CCSO employee, as set forth in Chapter 112, Part III, Florida Statutes. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with CCSO staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the CCSO for a specified period of time, including but not limited to: submitting bids, ITB, and/or quotes; c. Immediate termination of any contract held by the individual and/or firm for cause. 13. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES Page 16 of 17

19 1. CCSO encourages and agrees that the Successful Contractor extend pricing and terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the Successful Contractor. 14. ATTACHMENTS Tab D. Scope of Work Tab E. Exceptions to Specifications Tab F. Certificate of Insurance Tab G. Drug Free Workplace Tab H. Unauthorized Alien Statement Tab I. Equal Right Act Statement Tab J. References Tab K. Public Entity Crime Form Tab L. Addendum Exhibit A. Price Proposal Page 17 of 17

20 TAB D Collier County Sheriff's Office RFP # AUTOMOTIVE COLLISION REPAIR SERVICES FOR EACH ITEM BELOW YOU MUST AGREE OR NON-AGREE, IF YOU NON-AGREE YOU MUST MAKE AN EXCEPTION AND DESCRIBE IN DETAIL. ALL EXCEPTIONS MUST BE PLACED IN THE EXCEPTION TABULATION IN THE BINDER. FOR EACH ITEM LISTED A BRIEF DESCRIPTION SHALL BE PROVIDED SO CCSO HAS A FULL UNDERSTANDING OF BUSINESS OPERATIONS. SECTION 8. SCOPE OF WORK (SOW) 1. Business Hours a) Contractor must provide business hours at minimum Monday Friday from 8:00 a.m. 5:00 p.m. (excluding County holidays). [Provide business hours] 2. Vehicle Repairs a) All parts installed shall be O.E.M. new or used; used parts will need prior approval from the Fleet Manager, Fleet Foreman, or designee. [Describe approval process] b) Vehicles shall be restored to pre-accident condition and the repairs must meet or exceed factory specifications. [Brief explanation of process] Page 1 of 9

21 c) Contractor shall maintain strict confidentially of CCSO undercover vehicles. [Explain procedure to ensure confidentiality] d) Contractor shall be responsible for subcontractor sublet repairs, i.e. glass, graphics,[describe process for sublet repairs] 3. Vehicle Delivery a) CCSO Fleet Management will make arrangements for vehicles that are unable to be driven to the Contractor s location. However, it will be the responsibility of the Contractor to return all repaired vehicles to CCSO Fleet Management Bureau, Out-of- Service magnetic door decals must be adhered to both front doors for vehicle delivery, transporting vehicle for sublet repairs, and test drives. [Describe process] AGREE b) Contractor s will be responsible for pick up and deliver of vehicle to CCSO Fleet Management Facility located at 2885 County Barn Road, Naples, FL AGREE 4. Inspection & Acceptance Page 2 of 9

22 a) CCSO Fleet Management reserves the right to inspect the Contractor s facility where the work is being performed during Contractor s regular business hours. AGREE a) Approval of inspection and acceptance of vehicle repairs will be provided by CCSO Fleet Manager, Shop Foreman, or designee. Contractor must inform CCSO prior to vehicle delivery to ensure a member is available for inspection and acceptance[describe procedure]. AGREE 5. Certifications a) Contractor must be an ASE or I-CAR certified repair facility. b) Contractor s technicians must be I-CAR or ASE certified. 6. Contractor s Facility Page 3 of 9

23 AGREE a) Contractor s facility must be equipped with secured fenced area and preferably with surveillance system where CCSO vehicles will be stored at all times. [Describe] b) Contractor s facility shall have adequate parking [Provide number of parking spaces within fenced area] c) Contractor s facility must accommodate all makes, models, and sizes of CCSO owned vehicles to include vehicles, light, medium and heavy weight trucks, vans, and buses. Contractors shall have expertise and facility to successfully repair damages to vehicle factory specifications. If the facility is unable to meet this requirement Contractor can make an exception with an alternative to meet our request. [Describe facility] AGREE 7. Licenses, Registrations, and Insurance Page 4 of 9

24 Contractors shall have current licenses, registrations, and insurance which permit automotive collision repairs. Validity must be current throughout the contract term(s). a) Shall provide a current copy of Collier County Occupational License. AGREE b) Shall provide a current copy of business registration with Florida Department of Agriculture and Consumer Services (FDACS), Florida Motor Vehicle Act. AGREE c) Required insurance coverage s must be in force and provided with Contractor s proposal submission. AGREE 8. Warranty a) Repair and parts warranty for labor, materials, and parts shall be a minimum of one year. [Describe warranty or input information if warranties are above one year]. AGREE b) The warranty period shall begin on the date of vehicle inspection and acceptance by CCSO. AGREE 9. Estimates/Repair Costs Page 5 of 9

25 a) Contractor must provide immediate tear down for proper estimate with a completion repair date (If after business hours, must provide the next business day). Upon acceptance of vehicle repair estimate and a commitment completion date, the commitment timeline will begin 24 hours after approval to proceed with the repairs. [Describe procedure] AGREE b) Contractor s that fail to meet the committed completion deadline shall be penalized 5% of the final invoice costs which Contractor shall deduct from the invoice prior to submission of payment to CCSO. AGREE Page 6 of 9

26 c) Contractor must provide a final estimate for the repair(s) within 24 hours from delivery or next business day, if weekend or holiday. All estimates will be based on the awarded contract prices. Estimate paperwork must include the following: AGREE ~Contractor s business name and address ~CCSO vehicle number ~Estimator/Technician printed or typed name ~Vehicle Make/Model/Year ~Estimator/Technician Signature ~Vehicle odometer reading in ~Estimate date ~Vehicle odometer reading out ~Days to Repair (commitment date) ~Work Order number ~Detailed cost breakdown of all parts, labor, and supplies ~CCSO member name ~Detailed costs for lettering and decals (if applicable) approving estimate ~Any discounts applied d) Supplemental charges will not be authorized without prior approval of the Fleet Manager or his designee. All mechanical problems or collision repair supplements identified after estimate was provided must be reported to CCSO Fleet Manager, Shop Foreman, or designee prior to work being performed for acceptance and approval. To proceed. Invoices with unauthorized supplemental charges for repairs shall not be paid. [Describe supplemental charges procedure]. AGREE 10. Sublet Repairs a) Contractor shall seek quotes for sublet repairs to ensure CCSO will receive the lowest cost possible and invoice CCSO with a percentage markup for those services [Describe quote process to ensure lowest cost to CCSO]. AGREE b) Contractor shall be responsible for all sublet repairs and the coordination of services to have them completed [Describe procedure] Page 7 of 9

27 AGREE c) Contractor shall provide delivery of vehicles for all sublet repairs, if applicable. AGREE 11. Secondary Contractor a) CCSO reserves the right to utilize services from the second most responsive and responsible respondent in the event the awarded Contractor is unable services in a timely manner. AGREE 12. Records Audit a) Contractor agrees CCSO Fleet Management Bureau reserves the right to audit repair estimates and commitment times during Contractor s business hours. AGREE 13. Invoices For prompt payment, Contractor shall adhere to the following procedure when submitting invoices for payment. AGREE a) Pricing shall be in strict accordance with the contract, no exceptions. Page 8 of 9

28 b) Invoices shall itemize all categories for a complete breakdown of work performed including parts, paint, and supplies. Invoices providing only a summary will be delayed in payment until CCSO receives an itemized invoice. c) Contractor s invoice to include the following at minimum: [Submit a sample invoice] Date of approval to proceed with repair Commitment completion date Breakdown of repairs, parts, and supplies CCSO vehicle number Vehicle mileage Signature and date field for CCSO Fleet member accepting completed work. Page 9 of 9

29 Date: Business Name: Print Business Name By: Company Official Printed Name & Title Note: Contractor shall list all Exceptions to the Scope of Work. The bidder must include alternative proposals to all exceptions noted. Failure to note any exceptions will signify the bidder s agreement to comply with the Scope of Work as requested in this ITB/RFP. Check one that applies to this ITB/RFP below: Contractor has NO Exceptions to the ITB/RFP and complies with the Scope of Work. Contractor has Exceptions to the ITB/RFP and they are listed below: OR Exceptions bidder to attach documents. All exceptions must be clearly identified by section then subsection.

30 Certificate of Insurance Questionnaire Date: Insurance certificates shall be submitted by the awarded contractor to CCSO Purchasing Department before the contract commencement date. CCSO will be named the Additional Insured on the certificates. Mandated Coverage s: Worker s Compensation Insurance at statutory limits, including employer s liability coverage at minimum limits of per occurrence: o o o $100,00 each accident $100,00 by disease per occurrence $500,000 aggregate by disease Commercial Automobile Liability Insurance Minimum combined single limits of: o $500,000 per occurrence for bodily injury and property damage, including owned, non-owned and hired car coverage. General Liability Insurance covering all employees with minimum limits of: o o $1,000,000 per occurrence $2,000,000 aggregate annually I affirm that meets or exceeds the Print Company Name insurance requirements as stated above. I understand I must provide insurance certificates five business days prior to contract commencement. I certify our business meets or exceeds the coverage s that CCSO mandates. Company representative name: Signature:

31 Drug-Free Workplace If the Proposer is an organization it must maintain a drug-free workplace policy or certificate and said document must include pre-employment and random drug screening of all employees. The Proposer shall certify at the time of submission of their proposal that such a program is in place and functioning. The Sheriff s Office reserves the right to periodically request, during the term of the contract, proof that the drug-free workplace is being conscientiously applied. Date: Organization Name: Organization Representative s Name: Organization Representative s Title: Please select below the type of drug-free workplace that has been established by the organization. MUST ATTACH A CURRENT COPY OF THE SELECTED ITEM: DRUG-FREE WORKPLACE CERTIFICATE and/or DRUG-FREE WORKPLACE POLICY

32 TAB H. Unauthorized Alien Statement Statement that the Contractor does not employ unauthorized aliens in accordance with section 274A (e) of the Immigration and Nationality Act (8 U.S.C. 1324a). Unauthorized Alien Statement This statement certifies Print Company Name does not employ unauthorized aliens in accordance with Section 274(e) of the Immigration and Nationality Act (8 U.S.C. 1324a). Our company has employees of employment interest complete Form I-9, Employment Eligibility Verification supplied by the Department of Homeland Security, U.S. Citizenship and Immigration Services prior to employment. Signed By: Print Name: Print Title: Date: Sworn to an subscribed before me this day of, 19 Personally known OR produced identification (Type of identification) Notary Public - State of My commission expires (Printed typed or stamped commissioned name of notary public)

33 TAB I. Equal Rights Act Statement Date: By signing the statement below, I affirm our organization is in accordance with the provisions of Title VII of the 1968 Civil Rights Act as amended by the Equal Employment Opportunity Act of 1972 and Executive Order 11914, the Proposer in its employment practices shall not discriminate on the basis of race, color, sex, religion, age, national origin or disability. Organization s name: Organization s representative name and title: Organization s representative signature: Our organization provides equal employment opportunities (EEO) to all employees and applicants for employment without regard to race, color, religion, gender, sexual orientation, gender identity or expression, national origin, age, disability, genetic information, marital status, amnesty, or status as a covered veteran in accordance with applicable federal, state and local laws. Our organization complies with applicable state and local laws governing non-discrimination in employment in every location in which the company has facilities. This policy applies to all terms and conditions of employment, including, but not limited to, hiring, placement, promotion, termination, layoff, recall, transfer, leaves of absence, compensation, and training. Our organization expressly prohibits any form of unlawful employee harassment based on race, color, religion, gender, sexual orientation, gender identity or expression, national origin, age, genetic information, disability, or veteran status. Improper interference with the ability of our organization s employees to perform their expected job duties is absolutely not tolerated.

34 REFERENCES Date: Business Name: Print Business Name By: Company Official Printed Name & Title REFERENCE #1 GOVERNMENTAL COMPANY NAME: ADDRESS: CONTACT NAME: CONTACT PHONE NUMBER: CONTACT REFERENCE #2 GOVERNMENTAL COMPANY NAME: ADDRESS: CONTACT NAME: CONTACT PHONE NUMBER: CONTACT REFERENCE #3 GOVERNMENTAL COMPANY NAME: ADDRESS: CONTACT NAME: CONTACT PHONE NUMBER: CONTACT

35 PUBLIC ENTITY CRIME FORM SWORN STATEMENT PURSUANT TO SECTION (3)(a), FLORIDA STATUTES, ON ENTITY CRIMES 1. This sworn statement is submitted to (print name of the public entity) by (print individual's name and title signing form) for (print name of entity submitting sworn statement) whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is If the entity has no FEIN, include the Social Security Number of the Individual signing this sworn statement:. 2. I understand that a "public entity crime" as defined in Paragraph (1)(g),Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision or any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that "convicted" or "conviction" as defined in Paragraph (1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in Paragraph (1)(a), Florida Statutes, means: a. A predecessor or successor of a person convicted of a public entity crime; or b. An entity under the control any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. c. I understand that a "person" as defined in Paragraph (1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. d. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (place an X below for the statement that applies.)

36 Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (attach a copy of the final order) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT HIS FORM IS VALID THOROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION , FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (Company Official signature) Sworn to an subscribed before me this day of, 19 Personally known OR produced identification (Type of identification) Notary Public - State of My commission expires (Printed typed or stamped commissioned name of notary public)

37 ADDENDA/ADDENDUM The following addenda/addendum was issued by Collier County Sheriff s Office for RFP/ITB#. Addendum # Addendum # Addendum # Addendum # Addendum # By signing below, I acknowledge I have reviewed the issued posted addenda/addendum from the Collier County Sheriff s Office website and it has been included in the proposal submission as requested in the RFP/ITB. Date: Company name: Company official name: Signature:

38 Collier County Sheriff's Office Purchasing Department 2885 County Barn Road Naples, Florida RFP # AUTOMOTIVE COLLISION REPAIR SERVICES EXHIBIT A PRICE PROPOSAL SUBMIT IN A SEALED ENVELOPE The Contractor agrees to provide the services in compliance with the Scope of Work. Repairs will include, but not limited to, all body and fender repairs, body and frame alignment, wheel alignment, replacement parts, painting, and refinishing. Must include price, % discount on new & used parts, and % markup on sublet repairs. Company: Address: Phone: Fax: Type Name: Date: Signature (Authorized Representative): Note: Leaving a field below blank or inputting zero (0) indicates to CCSO that the Contractor is not bidding on the category and it will be deemed as "NO BID." VEHICLES WITH GVWR < 26,000 LBS Category Description UOM Year 1 6/16/14-9/30/15 Price Year 2 10/1/15-9/30/16 Price Year 3 10/1/16-9/30/17 Price Year 4 10/1/17-9/30/18 Price Labor Body Hourly rate $ $ $ $ Labor Paint Hourly rate $ $ $ $ Labor Refinishing Hourly rate $ $ $ $ Labor Fiberglass Hourly rate $ $ $ $ Labor Mechanical Hourly rate $ $ $ $ Labor Frame Work Hourly rate $ $ $ $ Labor Alignment Rate $ $ $ $ Materials Paint Rate $ $ $ $ Materials Supplies Rate $ $ $ $ Parts OEM (New) MSRP less % Discount % % % % Parts OEM (Used) COST less % Discount % % % % Outsource Sublet repairs % Markup % % % % VEHICLES WITH GVWR > 26,000 LBS Year 1 6/16/14-9/30/15 Price Year 2 10/1/15-9/30/16 Price Year 3 10/1/16-9/30/17 Price Year 4 10/1/17-9/30/18 Price Category Description UOM Labor Body Hourly rate $ $ $ $ Labor Paint Hourly rate $ $ $ $ Labor Refinishing Hourly rate $ $ $ $ Labor Fiberglass Hourly rate $ $ $ $ Labor Mechanical Hourly rate $ $ $ $ Labor Frame Work Hourly rate $ $ $ $ Labor Alignment Rate $ $ $ $ Materials Paint Rate $ $ $ $ Materials Supplies Rate $ $ $ $ Parts OEM (New) MSRP less % Discount % % % % Parts OEM (Used) COST less % Discount % % % % Outsource Sublet repairs % Markup % % % %

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

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

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

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

Collier County Sheriff s Office

Collier County Sheriff s Office Collier County Sheriff s Office RFP #11 007 CELLULAR VOICE COMMUNICATIONS SERVICES August 12, 2011 CONTACT: MELISSA PEARSON, SR. BUYER JENNIFER ESPINOSA, BUYER II PURCHASING OFFICE MAIN: 239.252.9040 FAX:

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

Request for Proposals for Agent of Record/Insurance Broker Services

Request for Proposals for Agent of Record/Insurance Broker Services County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Agent of Record/Insurance Broker Services Note: This public body does not discriminate

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

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

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE CITY OF ROCKLEDGE REQUEST FOR PROPOSALS City of Rockledge Classification and Compensation Study RESPONSES ARE DUE BY February 5, 2016 at 4PM EST MAIL OR DELIVER RESPONSES TO: ATT: Corey Harris, HR Coordinator

More information

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses State of Florida Department of Transportation District 4 Office of Procurement 3400 West Commercial Boulevard Ft. Lauderdale, Florida 33309-3421 INVITATION TO BID REGISTRATION ******************************************************************************

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

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

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

Glenwood/Bell Street Well Pump and Piping Construction

Glenwood/Bell Street Well Pump and Piping Construction SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park

More information

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

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

More information

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

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street Indianapolis, IN 46221 ITQ Issue Date: November 29, 2017 Project Site: Contact:

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

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

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

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

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

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time. SALE OF PROPERTY INVITATION TO BID Bidder Acknowledgment Form ADAM H. PUTNAM COMMISSIONER BID SALE NO.: SOP/FFS-13/14-03 REBID Agency Mailing Date: October 11, 2013 Page 1 of 11 Pages SUBMIT BIDS TO: Reason

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

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

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

More information

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 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

construction plans must be approved for construction by the City PBZ department.

construction plans must be approved for construction by the City PBZ department. City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00

More information

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

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

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR LEGAL SERVICES 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 TABLE OF CONTENTS PART I INTRODUCTION... PAGE 1.1 Definitions...3 1.2 Profile of the...3 PART II STATEMENT

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

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,

More information

SERVICE AGREEMENT CONTRACT NO.

SERVICE AGREEMENT CONTRACT NO. SERVICE AGREEMENT CONTRACT NO. THIS SERVICE AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") and (the SERVICE PROVIDER ), with a business address at. 1.1 Services. ARTICLE 1 SCOPE OF SERVICES

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

REQUEST FOR PROPOSALS for UNDERWRITING SERVICES PROPOSED GENERAL OBLIGATION BOND ISSUE, SERIES OF 2015 RFP # 2014/15-04

REQUEST FOR PROPOSALS for UNDERWRITING SERVICES PROPOSED GENERAL OBLIGATION BOND ISSUE, SERIES OF 2015 RFP # 2014/15-04 REQUEST FOR PROPOSALS for UNDERWRITING SERVICES PROPOSED GENERAL OBLIGATION BOND ISSUE, SERIES OF 2015 RFP # 2014/15-04 Issued by: STATE COLLEGE AREA SCHOOL DISTRICT November 26, 2014 TABLE OF CONTENTS

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

City of Forest Park Request for Proposals. Secure Access Control Systems

City of Forest Park Request for Proposals. Secure Access Control Systems City of Forest Park Request for Proposals Secure Access Control Systems Mandatory Pre-Proposal Conference March 9, 2016 at 10 am Bid Deadline March 25, 2016, at 2pm Purpose: The City of Forest Park is

More information

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES The Fayette County School District (FCSD) desires to retain the services of a professional Construction

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

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

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

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

RFP NAME: AUDITING SERVICES

RFP NAME: AUDITING SERVICES REQUEST FOR PROPOSAL RFP Number # RV070806 RFP NAME: AUDITING SERVICES The City of San Jose Housing Department is seeking qualifications from individuals and firms interested in providing professional

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

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

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

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 PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

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

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. (14054) PROPERTY AND LIABILITY RISK MANAGEMENT AND INSURANCE BROKERAGE SERVICES Proposal Release: March 20, 2014 Proposal Questions Deadline: Proposal Due

More information

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS 1. INTRODUCTION Van Dyke Public Schools is requesting proposals from Energy Services Companies (ESCOs)

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

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS.

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. AGREEMENT made as of the day of, 201. BETWEEN the Owner:

More information

INVITATION TO BID (ITB)

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

More information

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/ Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR 72201 Phone 501/ 340-8390; Fax 501/ 340-8352 RFP #: RFP-17-005 REQUEST FOR PROPOSAL for FORENSIC AUDIT YORKWOOD IMPROVEMENT

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

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

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton

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

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

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services CTH BB from University Dr. to Pond Road CTH C from CTH F to East Co. Line CTH V from Palmer Road to Amberg Posting Date: May

More information

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

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

More information

FARMERS MARKET AGREEMENT. I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor.

FARMERS MARKET AGREEMENT. I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor. FARMERS MARKET AGREEMENT I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor. II. III. IV. PURPOSE: The Town wishes to have an innovative Farmers

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

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

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, 30297. Bid Deadline November 3, 2017, at 2pm Purpose: The City of

More information

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax: PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org September 11, 2012 Ladies and Gentlemen: The City of Peachtree City will

More information

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Invitation to Bid-B-05-01 Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Purpose: The City of Palm Coast, Flagler County, Florida is accepting proposals to provide underbrush mowing

More information

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL REQUEST FOR PROPOSALS 19-409-01 FLOOD DEBRIS REMOVAL INTENT: It is the Intent of this Request for Proposal to solicit competitive sealed proposals for debris removal caused by local flooding event. The

More information

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES RFP # 2018-06 SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES The Baker County Board of County Commissioners, Florida (County) will receive sealed proposals until 3:00 p.m. local time, on April

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study CITY OF CHINO HILLS Request for Proposals (RFP) for Water Fixed Assets Assessment Study Date: April 15, 2014 Department: Project Name: Proposal Due Date: Public Works Department Water Fixed Assets Assessment

More information

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES DATE: April 8, 2016 PROPOSAL: Q16-131 The Town of Chapel Hill Business Management

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

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

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

More information

City of 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

COMMISSION ADOPTED POLICY Procurement Policy

COMMISSION ADOPTED POLICY Procurement Policy Procurement Policy Adopted: December 16, 2014 Revised: N/A Page 1 of 6 1.0 Purpose and Need All procurement shall be in accordance with the Code of Virginia 2.2-4300, the Virginia Public Procurement Act,

More information

GROUNDS MAINTENANCE AGREEMENT

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

More information

TOWN OF PRESCOTT VALLEY Public Works 7501 E. Civic Cr. Prescott Valley, AZ Solicitation Number: RFP 12/13

TOWN OF PRESCOTT VALLEY Public Works 7501 E. Civic Cr. Prescott Valley, AZ Solicitation Number: RFP 12/13 2.0 TERMS AND CONDITIONS SECTION TWO TERMS AND CONDITIONS 2.1 SUBMITTAL OF PROPOSALS Five complete sets of the proposal package shall be submitted and marked Original, and shall include the name of Proposer,

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

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY CITY OF CONROE P.O. BOX 3066 CONROE, TEXAS 77305 RESPONSES DUE: DECEMBER 14, 2017 CITY OF CONROE PURCHASING DEPARTMENT

More information

SUU Contract for Workshops and Entertainment

SUU Contract for Workshops and Entertainment SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,

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

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

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services The City of Blue Springs, Missouri, Engineering Department, invites you to submit a proposal and statement of qualifications regarding Professional Engineering and Construction Services for the 2014 Sni-A-Bar

More information

INVITATION TO BID (ITB)

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

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

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 REQUEST FOR PROPOSAL (RFP) #18-049-53 LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 RESPONSE DEADLINE: JANUARY 16, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: KIRSTEN BURMEISTER,

More information

Charlotte Douglas International Airport s Invitation to Bid for AIRCRAFT RESCUE AND FIREFIGHTING VEHICLE. Section 1: Instructions to Bidders

Charlotte Douglas International Airport s Invitation to Bid for AIRCRAFT RESCUE AND FIREFIGHTING VEHICLE. Section 1: Instructions to Bidders Date: August 12, 2015 ITB Number: 2015-08-001 Charlotte Douglas International Airport s Invitation to Bid for AIRCRAFT RESCUE AND FIREFIGHTING VEHICLE Schedule DATE (a) August 12, 2015 (b) August 19, 2015

More information

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018 REQUEST FOR PROPOSALS RFP#18-023-25 PROPANE FUEL FOR THE 2018-2019 HEATING SEASON POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: MARCH 27, 2017 11:00 A.M. CENTRAL STANDARD TIME (CST) TO: PETE VILLAS, ADMINISTRATOR

More information

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Posting Date: April 22, 2013 Response Deadline: May 6, 2013 10:00 a.m. Central Daylight Time (CDT) To: John Machnik,

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

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

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO. 018-017 NOTICE The Liberty Public School District #53 (District) will accept proposals for video interviewing software as described in the attached

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

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

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information