Request for Quote RFQ CF Window Cleaning at Boise State University Stueckle Sky Center
|
|
- Ami Cameron Bradley
- 5 years ago
- Views:
Transcription
1 Request for Quote RFQ CF Window Cleaning at Boise State University Stueckle Sky Center 1. SCHEDULE OF EVENTS RFQ issue date June 16, 2014 Mandatory Walk-Through June 24, 2014 Publication of Questions/Answers June 25, 2014 RFQ Closing Date June 30, GENERAL INFORMATION 2.1 DEFINITIONS RFQ Request for Quote and all addendums and attachments BSU/University Boise State University Athletics Representative University contract administrator Purchasing Department Boise State University Purchasing Department Contractor Supplier awarded this contract Contractor/Vendor A person or entity responding to this RFQ Contractor s Employees Includes all associated officers, partners, employees, agents, independent contractors and subcontractors Responsive vendor A contractor/vendor who has submitted a timely offer that conforms in all material requests with the submission and format requirement of the solicitation, and that has not qualified or conditioned their offer. 2.2 MANDATORY WALK-THROUGH The on-site walk-through is mandatory for contractors wishing to provide a response to this Request for Quote. The Mandatory Bid Walk-Through shall take place on June 24, 2014 at 10:00 AM. Meet at the west side of Bronco Stadium in the north elevator lobby (Entrance F) of the Stueckle Sky Center on the BSU campus. Metered parking is available. Questions will be taken and answers will be provided in bid amendment form and posted to the BSU Purchasing web site in a reasonable time prior to the bid closing. Questions regarding this bid MUST BE SUBMITTED IN WRITING and RECEIVED by Boise State University Purchasing NO LATER THAN June 25, QUESTIONS RECEIVED AFTER THIS DATE WILL NOT BE CONSIDERED. Submit questions in writing and to cfritz@boisestate.edu. 2.3 SCOPE The purpose of this Request for Quote is to solicit for the cleaning of the exterior windows at the Stueckle Sky Center located on Boise State University campus. Window Cleaning Option A: clean all exterior windows on the Stueckle Sky Center (3rd, 4th, 5th, and 6th floors). Boise State University Page 1 of 8
2 Window Cleaning Option B: clean only the Suite and working press windows which face Bronco Stadium (east side of 5th and 6th floors). Window cleaning shall be defined as: Remove all cobwebs and spider webs around windows Washing the outside of exterior windows Removal of hard water spots Windows shall be clean, dry and free of streaks Wiping window sills clean and dry Provide and lay plywood underneath all rooftop rigging systems Clean all work areas and dispose of all work debris generated by contractor Contractor is responsible for costs incurred by Boise State University to repair or replace glass damaged by the contractor. Window washing will be completed as scheduled with the BSU Athletics Representative. BSU may on occasion choose to perform some of these services with its own personnel. Stueckle Sky Center windows will be cleaned once per year at a minimum; Boise State University may request additional window cleaning which must be provided at the contract price. The BSU Athletics Representative shall be the University s liaison with the contractor. Contractor will supply all necessary equipment (including safety equipment), tools, supplies, personnel and transportation required for window cleaning; these items must be included in the cost of window washing. Boise State University will provide: Access to the Stueckle Sky Center Area for the contractor to tie cleaning equipment to the building Access to janitor s closet for water 2.4 SUBMISSION OF QUOTES and CORRESPONDENCE Request for Quote responses may be submitted via , fax or mail. They must be clearly marked with the RFQ number, due date and the buyer s name, and must be received on or before the bid closing date/time. Send to: Carl Fritz P: (208) Boise State University F: (208) Purchasing Dept. cfritz@boisestate.edu 1910 University Drive Boise, Idaho BIDS Only one (1) bid shall be considered from a Bidder s company. Should multiple bids and/or un-requested options be received, all bids from that company shall be deemed non-responsive. Boise State University Page 2 of 8
3 2.6 AWARD BASIS All responses will be checked for compliance with mandatory items. Those that are deficient may be found non-responsive and removed from further consideration. Award will then be made to the responsive, responsible bidding vendor with the lowest price quote. 3. SPECIAL TERMS AND CONDITIONS 3.1 TERMS and CONDITIONS The State of Idaho s Conditions & Instructions to Bidders and Idaho Standard Contract Terms & Conditions are incorporated herein by reference as though set forth in full. These terms and conditions can be found on the State of Idaho Purchasing homepage at purchasing.idaho.gov/terms_and_conditions.html. 3.2 DOCUMENTATION and REPORTING REQUIREMENTS RFQ Response Outline (MANDATORY REQUIREMENTS). To aid in the evaluation process, all quotes must include complete responses to the following three (3) items. Failure to comply may result in your quote being found non-responsive and removed from further consideration. (a) References: Three (3) references must be provided. These must be current references for whom the contractor has provided window cleaning services during the last three (3) years. Send the reference company name, contact name, address, telephone number, and address to cfritz@boisestate.edu or fax to attn: Carl Fritz. Neither the University nor associates of the contractor shall be acceptable references. (b) Signature Page: The signature page (Attachment B) must be completely filled out and returned. (c) Sample Checklist: Provide a sample of your current checklist/inspection sheet. 3.3 INVOICING and PAYMENT On completion of each cleaning, itemized invoices are to be sent to the BSU Athletics Administrative Offices to the attention of Bob Carney, Stueckle Sky Center Director of Operations. The mailing address is 1910 University Drive, Boise ID Payment terms are Net INSURANCE The successful Contractor and subcontractors, if any, must indemnify, hold harmless and defend Boise State University and the State of Idaho, their officers, agents and employees from and against all claims, damages, losses and expenses for bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property including loss of use resulting there from, including but not limited to attorney s fees, arising out of or caused in whole or in part by the negligent acts or omissions of the successful Contractor, a subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, but only to the extent caused in whole or in part by negligent acts or omissions of Indemnitor. The insurance company providing the general liability insurance certificate must have an insurance company rating of A or higher. In addition, the successful Contractor must, at their sole cost and expense, procure and maintain through the term of this Contract the insurance amounts listed in Attachment C. Within ten (10) days notification of bid award, the successful Contractor must deliver or fax to Boise State University a certificate of insurance with respect to ALL such insurance including worker s compensation in a form reasonably satisfactory to the University. The general and automobile liability insurance certificate must name the University and the State of Idaho as additional insureds and must contain a written provision that, Boise State University Page 3 of 8
4 should any of the above-described insurance policies be canceled or non-renewed before the expiration date thereof, the issuing company must notify the University in writing, by certified or registered mail, receipt requested, at least thirty (30) days prior to any cancellation or non-renewal of any such insurance. 3.5 TERM Contingent upon the satisfactory receipt of all insurance certificates, the term of this contract shall be one (1) year, beginning approximately July 1, At the discretion of BSU, two (2) annual renewals are available contingent upon the pricing remaining the same. Service areas can be added or deleted at BSU s discretion. 3.6 PRIME CONTRACTOR The Contractor awarded this Contract shall be the operator of the services being bid. No subcontractor, consignment or other transfer of service responsibilities to another party is allowed. 3.7 TERMINATION Failure to perform or complete scheduled cleaning will be cause for immediate termination of this Contract. Failure to satisfactorily complete cleaning after repeated call backs will be cause to terminate this contract. In the event a contractor employee or subcontractor engages in or demonstrates actions of the use of alcohol, the use illegal substances, or smoking on the university property while providing service under this contract, it shall be just cause for immediate terminate of this contract. Criminal charges may be filed. The University may terminate this contract without cause with thirty (30) days written notification. The State may take over the work and may award another party a contact to complete the work under this Contract. 3.8 CANCELLATION OF WORK The BSU Athletics Representative shall have sole authority to cancel all or part of a scheduled service. Any portion of a service that is canceled before set-up shall not result in a charge by the contractor. 3.9 CONTRACTOR and CONTRACTOR PERSONNEL Contractor must have been in business for at least three (3) years doing work similar in scope and nature to that specified in this RFQ. The contractor must be able to provide and sustain the amount of personnel necessary to successfully perform window washing as required. The contractor must have the ability to increase the amount of personnel during a service call if requested by the BSU Athletics Representative in order to complete work on time CONTRACTOR S LEAD WORKER The contractor must provide at least one (1) lead worker who has at least one (1) year supervision experience and who speaks fluent English and is easily understood. This lead worker must provide on-site supervision of contractor's employees and be on campus at all times while specified services are performed. The lead worker must be familiar with the contract requirements. The identity and contact information of the lead worker must be provided to the BSU Athletics Representative upon award of contract. The lead worker must be available for contact by the BSU Athletics Representative at all times while on campus. The contractor's designated lead worker must not be changed for the duration of the contract unless agreed Boise State University Page 4 of 8
5 upon in writing by the contractor and the BSU Athletics Representative CONTRACTOR EMPLOYEES Contractor employees must maintain a courteous and respectful attitude toward the public, their fellow workers and supervisors at all times. At no time shall there be any soliciting or requesting of gratuities of any type. Workers must act appropriately and professionally at all times. Offensive language, gestures or actions while on campus are not acceptable. The BSU Athletics Representative may require the contractor to reassign any employee the BSU Athletics Representative deems incompetent, careless, insubordinate, or otherwise objectionable to work on campus. The Contractor shall adequately and properly train all employees in all aspects of work specified to be performed under this Contract. Contractor employees providing service under this Contract must have satisfactory criminal background checks paid for and maintained by the Contractor. Initial criminal background checks not older than thirty (30) days will be required to be maintained on an annual basis. No employee convicted of theft, assault, or drug use/sale will be allowed to work on this Contract. The Contractor will not allow a person with these types of convictions to perform work under this Contract. Immediately upon receipt of such conviction information, the Contractor will not allow that employee to provide service under this Contract and will notify BSU of that employee s change of status in writing. Copies of criminal background checks will be made available to BSU upon request. Contractor employees will not use or be under the influence of, will not have in their possession, and will not bring alcohol or any illegal substance onto a BSU job site while providing services under this Contract. In the event a Contractor employee engages in or demonstrates actions of the use of alcohol or illegal substances while providing service under this Contract, that will be just cause for immediate termination of this Contract. Criminal charges may be filed. Effective August 17, 2009, Boise State University has become entirely smoke-free including all university owned or controlled buildings, property, vehicles, surrounding sidewalks and greenbelt sections adjacent to the campus. The smoking policy will apply to all students, employees, contractors, vendors, volunteers and visitors on university controlled property. Smoking of any kind will not be permitted on Boise State University owned or leased properties which will extend to cars parked on the property, all sidewalks on or around the perimeter of campus, and the section of the greenbelt within the boundaries of the campus. Your compliance with this policy is appreciated. When performing service under this Contract, Contractor employees will wear official company-logo uniforms, wear official company logo ID photo-badges displaying the employee s full name that are visible to someone standing in front of the employee. Employees should drive official company vehicles with company logo UNAUTHORIZED PERSONNEL/ANIMALS The Contractor will provide to BSU a list of authorized employees who will perform services under this Contract who have been properly trained, who have not been convicted of a theft, assault or drug use/possession, and who are over eighteen (18) years of age. The list will be kept current at all times. Boise State University Page 5 of 8
6 At no time during the performance of this Contract will unauthorized personnel accompany Contractor employees on the job. Unauthorized personnel mean any NOT on the above described list including children, relatives, and friends. Contractor employees will not bring animals unto BSU property or into BSU buildings, and will not leave their animals in their vehicles while working at BSU SUPERVISION and INSPECTIONS The Contractor or appointed lead worker will provide adequate supervision at all times while any Contractor employees are on BSU property in the performance of this Contract. The Contractor/lead worker will provide this on-site supervision for security purposes and to assure that all services are performed appropriately. The Contractor/lead worker will inspect all work done to verify that the window cleaning performed complies with requirements. A checklist will be provided by the Contractor containing all windows that have been cleaned/inspected. Each building on the checklist is to be initialed by the cleaner when the cleaning is complete. The Contractor/lead worker will sign the checklist and submit via fax to the designated BSU Athletics Representative for work verification. This shall be done within two (2) hours of cleaning completion. The Contractor/lead workers will note on the checklist any maintenance or safety problems regarding windows such as broken glass or locks which are identified while cleaning or performing the checklist inspection. Using the checklist submitted by the Contractor, an inspection will be made by the BSU Athletics Representative. The Contractor will be called back (at no cost to BSU) to remedy any deficiencies. Payment will be held until cleaning is satisfactorily completed and the BSU Athletics Representative signs off EQUIPMENT The Contractor will furnish all cleaning equipment and supplies as needed. A list of chemicals to be used in the performance of these services shall be submitted to the BSU Athletics Representative for written approval prior to any cleaning taking place. Material Safety Data Sheets (MSDS) shall be provided for each and every chemical approved for use by BSU in the course of this service. The Contractor must get approval from BSU Athletics Representative to place any equipment on sidewalks. If equipment is used and positioned off of sidewalks, Contractor must supply and strategically place construction decking of sufficient strength to protect all areas where equipment will be driven/placed. Plywood, if used, shall be at least ¾ thick. The Contractor will leave the premises in the same condition as they were found. Trash or debris generated by the Contractor will be completely removed from the BSU campus before completion of the job. BSU will not be responsible for materials, equipment, or supplies that are left on the BSU campus BUILDING ACCESS and SECURITY NO work is to be done without prior scheduling. The contractor shall work standard business hours (Monday through Friday, 7:00 AM to 5:00 PM) unless otherwise requested. Boise State University Page 6 of 8
7 All work that could possibly disrupt the flow of foot traffic on campus may be scheduled during off-hours. The Contractor is responsible for identifying off-hour work requirements prior to beginning the work. Off-hours are all hours including holidays that are not standard business hours. Contractors will be provided the office and cell phone numbers of BSU Athletics personnel. The Contractor must immediately notify the BSU Athletics Representative of any situations that present a safety issue STORAGE Boise State University will NOT provide storage of any of the Contractor s materials, equipment and supplies DAMAGE The University shall not be responsible for damage or loss to contractor s equipment and materials on University property. The Contractor shall be responsible for the repair of any property damage caused by the Contractor s equipment or personnel. Wherever any existing material, equipment or appurtenances are damaged by the Contractor or by the Contractor s failure to provide proper and adequate protection, the cost of repair or replacement shall be charged to the contractor. Items covered by this provision include but are not limited to buildings, vehicles, roads, parking lots, street lights, curbs, sidewalks, fences, lawns, irrigation or plumbing equipment, plantings, trees, signs, and refuse containers. The decision to repair or replace shall be at the sole discretion of the BSU Athletics Representative. Items of value that are damaged by the contractor that the BSU Athletics Representative deems replaceable shall be paid for by the contractor at replacement cost for the item. In order to minimize damage, contractor is expected to drive and park only where vehicles are normally allowed. Injuries to any person, prior damage not caused by the contractor and damage caused by the contractor to University property, the property of University residents, University staff or any property not belonging to the contractor must be reported immediately to the BSU Athletics Representative. Payment for window cleaning services will be withheld until all repairs are completed LOST and FOUND and SAFETY Anything of value found by the contractor while performing services under this contract must be returned to the BSU Athletics Representative. The contractor must immediately notify the BSU Athletics Representative of any situations that present a safety issue PARKING The successful Contractor is required to purchase, at their own expense, parking passes for all vehicles that will be on BSU grounds, and adhere to BSU parking policies. Any citations received by the Contractor for failing to abide by the parking regulations shall be the Contractor s responsibility to pay. Contact BSU Transportation and Parking Services at or at 1700 University Drive, Boise, ID or at the web site transportation.boisestate.edu for information and pricing CONTRACTOR to COMPLY with LAWS In the performance of this contract, the contractor agrees that all service must be performed in accordance with all government regulations and agrees to abide by all OSHA rules and regulations and all other existing laws, Boise State University Page 7 of 8
8 codes, rules and regulations set forth by all appropriate authorities having jurisdiction in the location where the work is to be performed. The contractor also agrees to handle the disposal of toxic and hazardous materials and waste according to federal, state and local regulations. The contractor must ascertain, observe and comply with all rules and regulations in effect on the work site including but not limited to parking, traffic laws, use of walks, security restrictions, hours of allowable ingress and egress. - END Boise State University Page 8 of 8
Boise State University Request for Quote RFQ CF Wood Floor Maintenance Services Multiple Facilities
Boise State University Request for Quote RFQ CF15-008 Wood Floor Maintenance Services Multiple Facilities 1 Table of Contents Title Page 1. Schedule of Events 3 2. Standard Terms and Conditions 3 3. General
More informationBOISE STATE UNIVERSITY
BOISE STATE UNIVERSITY REQUEST FOR QUOTATION RFQ #MC15-012 Licensed Wrecker / Towing Services Issue Date: August 6, 2014 Closing Date August 20, 2014 Mike Carr, Senior Buyer mikecarr@boisestate.edu MC15-012
More informationGreat Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019
Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 A. Introduction Great Parks of Hamilton County (GPHC) is requesting proposals to apply mulch
More informationJACKSONVILLE 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 informationINVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA
INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA SITE ADDRESS: BIDS DUE: NEILLS CREEK PARK 3885 NEILLS CREEK RD ANGIER, NC 27501 TUESDAY, APRIL 17th @ 2:00 PM HARNETT
More informationREQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103
REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103 Part I. PROCEDURE FOR SUBMITTING PROPOSAL 1.1 SCOPE : Contractor to manage the
More informationBlack Hawk County Engineer
Black Hawk County Engineer 316 E. 5 th Street Room 211 Waterloo, Iowa 50703 Phone: 319-833-3008 Fax: 319-833-3139 Email: engineer@co.black-hawk.ia.us Website: www.co.black-hawk.ia.us The mission of the
More informationBoise State University. Request for Quote RFQ CF LAN Infrastructure Cable and Components
LAN Infrastructure Cable and Components Schedule of Events RFQ issue date Jan. 28, 2016 Bid closing date Feb. 04, 2016 5:00 PM Scope of Work Contract to supply LAN infrastructure cable and assorted parts
More informationAPPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES
SCOPE OF WORK This contract is executed between JEA and the Contractor to perform services including, but not limited to: labor, supervision, materials, tools and equipment, as necessary to perform plumbing
More informationTHIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921
THIS IS NOT AN ORDER!! DATE: April 19, 2013 REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 R.F.Q. NO. 14-02 Return quotes to: Tanya Adams, Recycling Coordinator
More informationADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services
ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,
More informationADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE
ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the
More informationVendor Application 77 th Anniversary Rally Pappy Hoel Campground / Full Throttle Saloon FTSVending.com
Vendor Application 77 th Anniversary Rally Pappy Hoel Campground / Full Throttle Saloon FTSVending.com Vendor Legal Name Authorized Representative Title Address City State Zip Office Cell Fax Email Federal
More informationAPPLICATION FOR ALTERATIONS OR ADDITIONS
APPLICATION FOR ALTERATIONS OR ADDITIONS TO: ASSOCIATION OF APARTMENT OWNERS OF MANA KAI-MAUI RE: MANA KAI-MAUI APARTMENT # APPLICATION DATE: As the Owner of the referenced apartment (apartment) I am submitting
More informationMold Remediation and Clean Up of Central High School
GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone
More information701 Associate Conduct and Work Rules
701 Associate Conduct and Work Rules To assure orderly operations and provide the best possible work environment, the employer expects associates to follow rules of conduct that will protect the interest
More informationSOLICITATION FOR CONTINUING SERVICES CS # Lot Clearing-Code Enforcement
INTRODUCTION SOLICITATION FOR CONTINUING SERVICES CS # 15-134 Lot Clearing-Code Enforcement Polk County, a political subdivision of the State of Florida, seeks the submittal of information from vendors
More informationREQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03
REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03 The Board of Trustees of Illinois Valley Community College District No. 513 is seeking a Proposal for Food
More informationTHIS IS NOT AN ORDER! REQUEST FOR QUOTATION
3000 NW 83 rd Street Gainesville, Fl 32606 THIS IS NOT AN ORDER! Contact Name: Tyffany Wishart Tyffany.wishart@sfcollege.edu Phone: 352-395-5217 RETURN FAX NUMBER: 352-381-3720 Department: Purchasing Submit
More informationCITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL
PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina
More informationProposal 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 informationINVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #
INVITATION TO BID PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #2018-20 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website: http://www.bakercountyfl.org
More informationIOWA STATE UNIVERSITY CATERING AGREEMENT
IOWA STATE UNIVERSITY CATERING AGREEMENT This Agreement ( Agreement ) made by and between Iowa State University ( University ) and ( Vendor ) enter into this Agreement, which shall allow Vendor to provide
More informationSt. George CCSD #258
St. George CCSD #258 ATTENTION Please read specifications for complete proposal instructions! Specifications Mowing and Lawn Services Proposals Due At: St. George CCSD #258 5200 E. Center Street Bourbonnais,
More informationRICE UNIVERSITY SHORT FORM CONTRACT
RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University
More informationREQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract
REQUEST FOR QUOTATIONS 2018 Tree Maintenance Program Bucket Truck and Stump Grinding Contract April 2018 Quotes shall be submitted by completing this document and placing it in a sealed, opaque envelope,
More informationCITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES
CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES The City of Manchester (City) is requesting Competitive Sealed Proposals from qualified firms interested in contracting with the City
More information2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.
contractor ract and Scope of Work 8.812 ract To: contractor: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 Scope: Window Film: Provide and install 7 mil shatter resistant window film
More informationRFP 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 informationCITY 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 informationCITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities
CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT Chain Link Fence Installation at CBJ Wastewater Facilities QUOTES ARE DUE PRIOR TO 2:00 p.m., March 12, 2014 RESPONDING
More informationAGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES
AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE
More informationRFP 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 informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Lawn Care Maintenance Services Academy for Classical Education 5665 New Forsyth Rd. Macon, Georgia 31210 PROPOSAL SUBMISSION DEADLINE IS 5:00PM EDT, FRIDAY, MAY 15, 2017 TABLE OF
More informationPRODIGY. CONTRACTING GROUP INC. CommerCial residential industrial
Dear Subcontractor; Please find enclosed our Subcontractor Insurance/Hold Harmless agreement and Master Agreement for your signature and return. It is the company s policy and our insurance program s requirement
More informationRISK CONTROL SOLUTIONS
RISK CONTROL SOLUTIONS A Service of the Michigan Municipal League Liability and Property Pool and the Michigan Municipal League Workers Compensation Fund CONTRACTORS Municipalities often need services
More informationAgreement to Furnish Pupil Transportation Services
Agreement to Furnish Pupil Transportation Services This Agreement, made on August 1, 2017, in the County of Los Angeles, State of California, by and between Monrovia Unified School District, hereinafter
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The
More informationAmount of Contract work per the plans and specifications for project. Specifications Attached. Plans Attached
Sample Company 2005 XXXX Main St Anywhere CA 99999 800 555-5555 SUBCONTRACT Contract#: 921 Contract Date: 08/20/2008 SUBCONTRACTOR: Baxter Heating & Cooling 4320 Eucalyptus Way Santa Rosa CA 95401 PROJECT:
More informationTOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # Enhanced Code Enforcement Officer
TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # 17-002 Enhanced Code Enforcement Officer INTRODUCTION Town of Eatonville, a municipality of the State of Florida, seeks the submittal of
More informationGENERAL INFORMATION FOR RESERVATION OF HISTORIC VILLAGE HALL
Village of Algonquin Historic Village Hall Reservation Policies and Application 2 South Main Street Algonquin, IL 60102 Telephone (847)658-2700 Fax (847)658-4564 www.algonquin.org The Village of Algonquin
More informationREQUEST FOR PROPOSALS. Western Municipal Water District. Water Meter Reading Services (Annual Contract)
REQUEST FOR PROPOSALS Western Municipal Water District Water Meter Reading Services (Annual Contract) RFP Release Date: August 26, 2013 Proposal Due: September 30, 2013 Western Municipal Water District
More informationSUBCONTRACTOR CONTRACT THIS AGREEMENT, Made as of (Current Date), In the Year of (Current Year),
SUBCONTRACTOR CONTRACT THIS AGREEMENT, Made as of (Current ), In the Year of (Current Year), Between the Contractor: And the Sub-Contractor: For the Project: Owner s Name Sub-Contractor s Name License
More informationREQUEST FOR PROPOSAL FOR: Campus Safety and Security GBC Great Bay Community College
REQUEST FOR PROPOSAL FOR: Campus Safety and Security GBC14-12 Great Bay Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for Great Bay Community College for
More informationCity of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)
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 for Removal of Asbestos Materials October 30,
More informationNotice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.
KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at
More informationLONE TREE SCHOOL FLOORING REPLACEMENT
WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree
More informationREQUEST FOR PROPOSAL FOR: Provide Door Lock Repair, Service & Material
REQUEST FOR PROPOSAL FOR: Provide Door Lock Repair, Service & Material NHTI Concord s Community College NHTI14-70 PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for NHTI Concord
More informationRequest for Bid/Proposal
Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu
More informationCITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095
CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT North Miner s Cove Parking Lot Repair QUOTES ARE DUE PRIOR TO 2:00 p.m., September 11, 2014 RESPONDING TO THIS REQUEST FOR
More informationREQUEST FOR QUOTATION
REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT
More informationInvitation for Bid Re-Advertisement. Mowing, and Grounds Cleanup Services. IFB Number:
Invitation for Bid Re-Advertisement Mowing, and Grounds Cleanup Services IFB Number: 17-0010 Response Deadline: 4:00 P.M. (EST), Tuesday, September 5, 2017 Responses will be opened on this date and time
More informationHampton Station Homeowners Association, Inc. Amenity Reservation / Rental Agreement
In consideration for the Hampton Station Homeowners Association, Inc. allowing me the use of the HAMPTON STATION Amenity Area(s), including the Clubhouse and equipment and furnishings, I, the undersigned,
More informationContractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware.
contractor ract and Scope of Work 8.801, 8.802, 8.803, and 8.804 ract To: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 contractor: Scope: Doors, Frames, and Door Hardware Provide and
More informationCONSTRUCTION AGREEMENT/CONTRACT
Contract Number: Office Use Only 2233 Citygate Drive Columbus, Ohio 43219 614.418.7725 tel 614.418.7720 fax www.creativehousing.org CONSTRUCTION AGREEMENT/CONTRACT Between: For the Project: Creative Housing,
More informationCITY 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 information2018 Farmers Market Vendor Information/Application Form
P a g e 1 2018 Farmers Market Vendor Information/Application Form Farmers Market Mission Statement: The Atlantic Cape Community College Farmers Market will serve to support our local growers and businesses
More informationSANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017
SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will
More informationHOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)
HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) THIS CONTRACT is by and between the Stockbridge-Munsee Community ( TRIBE ), for its Division of Community Housing, whose address is N8618 Oak St.,
More informationIredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For
Iredell County BID AND PROJECT REQUIREMENTS AND CONTRACT For MISC. BUILDING IMPROVEMENTS Iredell County Solid Waste 354 Twin Oaks Road Statesville, NC 28625 I N F O R M A L B I D I N V I T A T I O N #16-750-IC-03
More informationINVITATION 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 informationHolt Public School District 5780 W. Holt Rd Holt MI
Holt Public School District 5780 W. Holt Rd Holt MI 48842-1197 1.1 is requesting bids to replace their existing Cisco VoIP and integrated voice messaging system with an updated Cisco solution including
More informationBID NOTICE. Orangewood Park / Victory Park Apartments RFP # Tree Cutting/Trimming and Removal
BID NOTICE Orangewood Park / Victory Park Apartments RFP # 2018-05 Tree Cutting/Trimming and Removal Nelson & Associates, Inc. is soliciting bids from qualified companies to furnish labor, materials, equipment
More informationRequest for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library
PINE MOUNTAIN REGIONAL LIBRARY SYSTEM Request for Quote Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library Submission Date/Time: March 22, 2019, 5:00 pm
More informationFATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006
FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively
More informationWhereas the Contractor has entered into an agreement (the "Prime Contract") dated the, 20 with:
SUBCONTRACT Job AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR This subcontract agreement (the "Agreement") made on this day of, 20. between: Aim Waste Management Inc. 400 Jones Road Stoney Creek, ON L8E
More informationLONE TREE SCHOOL BELL SYSTEM
WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL BELL SYSTEM PROPOSAL DUE DATE: NOVEMBER 16, 2010 1:00 p.m. The WHEATLAND SCHOOL DISTRICT wishes to attain a Bell system for its Lone Tree
More informationRequest for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019
Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at
More informationStandard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project
Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN
More informationSNOW REMOVAL. River Valley Community College - Keene Academic Center
RVC15-04 REQUEST FOR PROPOSAL FOR: SNOW REMOVAL River Valley Community College - Keene Academic Center PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for River Valley Community
More informationCity of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)
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 Construction Service for Piedmont Community
More informationHousing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730
HDC112 Housing Development Corporation of Rock Hill Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730 MANDATORY PRE-BID MEETING: September 5, 2017, at 10:30 a.m. The Housing Development
More informationTOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S
TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos
More informationAPPLICATION FOR MOBILE RETAIL VENDING LICENSE 2018
APPLICATION FOR MOBILE RETAIL VENDING LICENSE 2018 Please read and understand all terms and conditions stated herein as they form an integral part of the Mobile Retail Vending Agreement and continued tenure
More informationFLORIDA 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 informationSubcontract Agreement
S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor
More informationBIOLA UNIVERSITY HOUSING & FOOD SERVICE CONTRACT 2014/2015
BIOLA UNIVERSITY HOUSING & FOOD SERVICE CONTRACT 2014/2015 This Biola University Housing & Food Services Contract (hereinafter referred to as "Contract") is an agreement between the undersigned student
More informationCherokee 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 informationRENTAL SPACE AVAILABLE
City of Carlisle Rental Agreement Rec Center ~ 1220 S. 5 th Street, Carlisle, Iowa 50047 Community Building ~ 35 Vine Street, Carlisle Iowa 50047 (515) 989-3224 After Hours (515) 707-2030 RESERVATIONS
More informationREQUEST FOR PROPOSAL
Cleveland County REQUEST FOR PROPOSAL DESCRIPTION: DORAN MILL ASBESTOS ABATEMENT AND DEMOLITION DATE OF ADVERTISEMENT: February 21, 2018 PRE-BID MEETING: March 8, 2018, 10:00am at the Doran Mill, 404 Polkville
More informationREQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING
NHTI-2013-59 REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING NHTI-CONCORD S COMMUNITY COLLEGE PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for NHTI-Concord
More informationOld Town Hall Facility Use Request Form
Old Town Hall Facility Use Request Form Requests will not be processed unless all 7 pages are submitted. Include proof of residency and any required insurance documentation. Applicant Information: Applicant/Organization
More informationRequest for Quotes October 2018 Agency: Potomac Job Corps Center 1 DC Village Lane, SW Washington, D.C This is a Subcontracting Opportunity
Request for Quotes October 2018 Agency: Potomac Job Corps Center 1 DC Village Lane, SW Washington, D.C. 20032 This is a Subcontracting Opportunity I. SOLICITATION: This Request for Quote is to establish
More informationHSU Reddie Grill Renovation OFFICIAL BID SHEET
OFFICIAL BID SHEET BID NUMBER: 18-24 FIRM CONTRACT DATE: June 26, 2018 INVITATION Bids must be signed in Ink. Unsigned bids will not be considered. Bids are invited for the Renovation of the HSU Reddie
More informationCONTRACTOR AGREEMENT MASON TRANSIT AUTHORITY AND
CONTRACTOR AGREEMENT MASON TRANSIT AUTHORITY AND This Agreement is made and entered into this day of, 2013, by and between Mason Transit Authority (hereafter called Transit Agency), a municipal corporation
More informationREQUEST FOR QUOTATION
REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT Washington
More informationREQUISITION & PROPOSAL
REQUISITION & PROPOSAL DATE 9-19-18 DEPARTMENT TO: Prospective Bidders Please procure the following and DELIVER TO: P.O. BOX 1588 MOBILE, ALABAMA 36633 ATTN: D.W. Lynd NAMES OF ARTICLES, SPECIFICATIONS
More informationREQUISITION & PROPOSAL
REQUISITION & PROPOSAL DATE 12/17/18 DEPARTMENT ORIGINATING DEPT NO. UPON REQUEST TO: Prospective Bidders Please procure the following and DELIVER TO: P.O. BOX 1588 MOBILE, ALABAMA 36633 ATTN: D.W. Lynd
More informationT E N D E R Tender # T Bike Trails Parking and Pump Track
T E N D E R Tender # 2010-081208T Bike Trails Parking and Pump Track Sealed tenders addressed to the Purchasing Agent, c/o Materials and Fleet Management, 2 nd Floor, 175 Rothesay Avenue, P.O. Box 1971,
More informationW I T N E S S E T H:
GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"
More informationInvitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties)
BID NUMBER: AX 19-003 Invitation for Bid BID NAME: House Sale & Removal ISSUE DATE: August 26, 2018 LOCATION: University of Arkansas - Fort Smith (listed properties) BID OPENING DATE/TIME: September 25,
More informationLAFAYETTE, LOUISIANA, AS SHOWN ON THESE SPECIFICATIONS...
DEPARTMENT: Physical Plant/Campus REQUISITION NO. M FURNISH ALL LABOR, MATERIALS, EQUIPMENT, TRANSPORTATION, SUPERVISION, PERMITS, ETC. NECESSARY TO, LOCATED ON THE CAMPUS OF THE UNIVERSITY OF LOUISIANA
More informationREQUEST FOR QUOTATION RFQ# 07-Q-WT-123 Courier Services ADDRESS: PHONE NO.:
REQUEST FOR QUOTATION RFQ# 07-Q-WT-123 Courier Services COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: RFQ #07-Q-WT-123 COURIER SERVICES 1 September 24, 2007 RE: Request for Quotation
More informationHouston County School District Houston County High School Lunchroom Kitchen A/C Request for Proposal (RFP)
Houston County School District Houston County High School Lunchroom Kitchen A/C Request for Proposal (RFP) Bid Opening Date & Time: Thursday August 2, 2018 10:00am (Central Time) I. MISCELLANEOUS A. The
More informationDescription. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.
IMPORTANT This is NOT an order but a request for quotation. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR QUOTATION REQ. NO. 3000000582 DATE: 11/10/2006 Quotes must be returned
More informationMANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding
PUR413 May 22, 2013 MANDATORY PRE-BID MEETING JUNE 06, 2013 VEGETATION Center Grinding Time: We are pleased to invite your company to a mandatory pre-bid meeting on June 06, 2013 @ 10:00 A.M. SHARP! Late
More informationThe City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.
Request for Proposal (RFP) The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Bids are due January 4, 2018 at 12:00 pm CST.
More informationREQUEST FOR QUOTATION
REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY DIVISION OF ENGINEERING 80 West
More informationSPECIFICATIONS AND BID PROPOSAL FOR SEAL COAT GRADE ASPHALT EMULSION TO THE BOARD OF COUNTY COMMISSIONERS HENRY COUNTY, OHIO
SPECIFICATIONS AND BID PROPOSAL FOR SEAL COAT GRADE ASPHALT EMULSION TO THE BOARD OF COUNTY COMMISSIONERS HENRY COUNTY, OHIO FOR THE HENRY COUNTY HIGHWAY DEPARTMENT BIDS WILL BE RECEIVED May 19, 2016 10:00
More informationHourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.
IMPORTANT PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR SEALED BID REQ. NO. 3000000603 DATE: 2/28/07 (PUBLIC OPENING) Bids must be returned on or before 10:00 a.m., Wednesday,
More information