INVITATION FOR BID. Yorkshire Service Area Refuse Pickup and Disposal

Size: px
Start display at page:

Download "INVITATION FOR BID. Yorkshire Service Area Refuse Pickup and Disposal"

Transcription

1 Purchasing Department P.O. Box 2266 Woodbridge, Virginia Telephone (703) Fax (703) INVITATION FOR BID DATE: April 26, 2013 IFB NUMBER: SA 2713 TITLE: BID OPENING DATE/TIME: Yorkshire Service Area Refuse Pickup and Disposal May 22, 11:00 a.m. NON-MANDATORY PRE-BID CONFERENCE: May 8, 2:00 p.m. QUESTION DEADLINE: May 10, 12:00 p.m. ( or fax to: Patsy Armentrout purchasinggroup @pwcsa.org; Fax Number: (703) ) SUBMIT ONE ORIGINAL AND TWO (2) COPIES OF BIDS TO: MAIL ADDRESS: STREET ADDRESS: Prince William County Service Authority Prince William County Service Authority Attn: Patsy J. Armentrout Attn: Patsy J. Armentrout P. O. Box County Complex Court Woodbridge, VA Woodbridge, VA In compliance with this Invitation for Bid and to all the conditions imposed therein and hereby incorporated by reference, the undersigned offers and agrees to furnish the services in accordance with the attached signed bid. Company Name Authorized Signature Date Name Printed Phone Number Fax Number Note: Prince William County Service Authority does not discriminate against faith based organizations in accordance with the Code of Virginia or against a Bidder because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment. 1

2 IFB SUBMISSION FORM IFB SA 2317 SECTION I COMPANY IDENTIFICATION AND OWNERSHIP DISCLOSURE Company Contact Person Address Title Telephone No. Fax No. Indicate which: Corporation *Minority Owned/Controlled Partnership Business Yes No Sole Prop. Small Business Yes No Organized under the laws of the State of Principal place of Business at *Minorities are defined as African Americans, Hispanics, Asians or Pacific Islanders, American Indians, Alaskan Natives, and Women. Following are the names and addresses of all persons having an ownership interest of 3% or more in the Company (Attach additional sheets if necessary) Name Address SECTION II CONFLICTS OF INTEREST This solicitation is subject to the provisions of Section et. Seq. Virginia Code annotated, the State and Local Government Conflicts of Interests Act. The Bidder ( ) is ( ) is not aware of any information bearing on the existence of any potential organizational conflict of interest. SECTION III COLLUSION I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same services, materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of the State and Federal law and result in fines, prison sentences, and civil damage awards. I hereby certify that the responses to the above representations, certifications, and other statements are accurate and complete. I agree to abide by all conditions of this Invitation for Bid and certify that I am authorized to sign for the Bidder. Signature Date Name Printed Title Bidder Must Return This Completed Form with Bid Submission 2

3 TABLE OF CONTENTS PAGE SECTION 1 INTRODUCTION Background Information Purpose Requesting Agency Contract Period/Renewal of Contract Type of Contract Definitions... 5 SECTION 2 SCOPE OF WORK Refuse and Recyclables Bulk Items Pick-up Schedule Collection Customer Service Add or Deduct Pickup Units.. 9 SECTION 3 INSTRUCTIONS TO BIDDERS GENERAL PROVISIONS General Pre-Bid Conference Vendor Registration Bid Submission Bid Evaluation Bid Prices and Acceptance Performance Bond Requirements Tax Exemption Past Performance References Competency of Bidder Contingency of the Contract Award Standard Contract for Services Material Breach Award SECTION 4 SCHEDULE OF PRICES Per Unit Price SECTION 5 REFUSE PICKUP SCHEDULE AND ADDITIONAL SERVICES Refuse Pickup Additional Services 16 Sample Contract 17 3

4 SECTION 1 INTRODUCTION 1.1 Background Information The Prince William County Service Authority (Service Authority) is a public utility created in 1983 under the Virginia Water and Sewer Authorities Act. Chartered by the Prince William Board of Service Authority Supervisors, the Service Authority is an independent body responsible for providing comprehensive water and sewer services in Prince William County and refuse services to the Yorkshire service area. The Service Authority has approximately 86,000 customers, of which approximately 1700 reside in the Yorkshire service area. 1.2 Purpose Prince William County Service Authority is soliciting bids to supply the Yorkshire Service Area Refuse Pickup & Disposal services. This contract will be managed by Prince William County Service Authority. 1.3 Requesting Agency This Invitation for Bid (IFB) the resulting proposal document and Contract document shall be consistent with and governed by The Prince William County Service Authority Purchasing Regulations. In the event of an inconsistency between the solicitation and selection requirements set forth in this IFB versus those set forth in the Purchasing Regulations, the inconsistency shall be resolved by giving precedence to the solicitation and selection requirements of the Purchasing Regulations. This Section of the IFB sets forth the general information to all potential Bidders to facilitate preparation of suitable proposals for the services identified in this IFB. The proposal submission requirements are addressed in Section 3 of this IFB. The requirements and process set forth therein shall be binding on all Bidders. 1.4 Contract Period/Renewal of Contract The term for this Contract shall be for two (2) years from date of execution. The Service Authority shall have the option to extend the Contract for four (4) additional one (1) year periods, contingent upon availability of funds for the purpose. This Contract may be renewed by the Service Authority upon written agreement of both parties for (one year) successive one year periods under the terms of the current contract, and at a reasonable time (approximately 90 days) prior to the expiration. If the Service Authority elects to exercise the option to renew the contract for an additional oneyear period, the contract price(s) for the additional one year shall not exceed the contract prices(s) of the original contract increased by more than the percentage increase of the category of the CPI-W section of the Consumer Price Index of the United States Bureau of Labor Statistics for the latest twelve months for which statistics are available. 4

5 1.5 Type of Contract The Prince William County Service Authority expects to award a unit price type of contract or a contract based on fixed rates with a set contract maximum for a specified period based on present assumptions. 1.6 Definitions The following definitions and references are given for the purpose of interpreting the terms as used in this Project Agreement and apply unless the context indicates a different meaning: All references to a time of day are references to the time in Prince William County, VA. A. Service Authority refers to the Prince William County Service Authority. B. Change Order means a written order to the Bidder executed by the Service Authority, issued after execution of a Project Agreement or other agreement, authorizing and directing an addition, deletion or revision in the Work or an adjustment in the Contract Price or Contract Times. C. Contract Administrator refers to the Service Authority representative who manages actions that must be taken to assure full compliance with all of the terms and conditions contained within the contract document, including price. D. Contract Documents refers to documents which establish the rights and obligations of the Contractor and Service Authority and include: The signed Contract, Addenda (which pertain to the Contract Documents), the Notice to Proceed, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders, and clarifications issued on or after the Effective Date of the resulting contract. E. Day(s) shall mean calendar days, unless otherwise specified. F. Notice to Proceed means a written notice issued by the Owner to the Contractor fixing the date on which the contract times will commence to run and on which Contractor shall start to perform the Work under the contract documents. G. Contractor means the entity making an offer to the Authority in response to this Invitation for Bid. H. IFB means this Invitation for Bid. I. Specifications refers to that part of the Contract Documents consisting of written technical descriptions of materials, equipment, systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto. J. Work, refers to the entire services or the various separately identifiable parts thereof required to be provided by Contractor under the resulting contract. 5

6 SECTION 2 SCOPE OF WORK The Contractor shall furnish all labor, material, equipment and insurance required for the collection, removal and disposal of refuse within the boundaries of the Yorkshire Service Area. 2.1 Refuse and Recyclables Refuse shall be defined (with a limit of six (6) bags per collection date) as: ashes, garbage, rubbish and waste materials, cans, bottles, rags, waste paper, crockery, and other ordinary household debris, hedge trimmings, garden waste, grass cuttings and bundled brush, and leaves. Collection shall be made from all residential dwellings within the Service Area for which Prince William County Service Authority has provided a list. The Contractor shall not be responsible for the removal of construction debris from buildings or structures. Instructions for recyclables items: Plastic Containers: #1 through #7 narrow neck and wide mouth containers including soda, juice, milk, margarine/butter, yogurt, sour cream, cottage cheese, buckets, plant pots, etc. Rinse out containers. Bottle caps may be replaced after rinsing. No hazardous materials (such as oil, flammable materials, chemicals, etc.). Aluminum and steel food and beverage cans, empty aerosol cans and clean foil products and wrap. Empty and rinse out cans and do not include foil products with food residue. Aseptic milk and juice cartons. Empty and rinse. Glass bottles and jars remove caps & rinse (not accepted: plate glass mirrors light bulbs ceramics cookware drinking glasses or chemical bottles. Newspaper and mixed paper (any paper that tears) white/colored paper magazines catalogs books junk mail (even envelopes with clear windows) and paperboard boxes (e.g. cereal tissue etc.). Do not include plastic bags included in newspapers. Flattened cardboard and paperboard up to 2 ft. X 2 ft. in size. Do not include cardboard with food residue or plastic liners. Not recycle at trailer sites. The Contractor must provide and maintain a refuse container and a recycling bin for each household. Refuse containers shall be at least ninety (90) gallons for single-family homes and at least sixty (60) gallons for townhomes. Recycling bins must be at least eighteen (18) gallons. 2.2 Bulk Items Bulk pick-up items shall be defined as: 6

7 A. Household furniture such as chairs, tables, dressers, sofas, loveseats, bed springs, desks, entertainment stands, book shelves, lamps, TV s up to 32 inches, microwave ovens, and water heaters. B. Metal parts from cars such as starters, ignition switches, alternators, or wheel rims but excluding motor blocks, transmissions, rear end housings, springs frames, fenders, doors and hoods. C. Refrigerators, freezers, and window air conditioners provided that refrigerants are removed by a certified technician and the doors removed. D. Auto and truck tires The number of bulk pick-up items should be a maximum of 5 items per household per pick-up. In the event bulk items are placed in front of homes that were not scheduled for pick-up, the Contractor shall leave the item and place a notice on the item/items to the call the Contractor s office. Vendor shall provide a detailed list of items not accepted as standard refuse or bulk pick-up. Bulk items placed in common areas within townhome and condominium communities shall not be picked up. The Contractor shall provide twelve (12) additional pickups per year or (1) one additional pickup per month, during the first full week of each month which is to be specified by the successful bidder. This service shall be included in the lump sum price quoted in the Schedule of Prices. 2.3 Pick-up Schedule A. All collections are to be made no earlier than 6:00 a.m., and no later than 6:00 p.m., weather permitting. B. The Contractor shall collect, remove and dispose of all refuse placed at the curb or within ten feet of the State s right-of-way, twice each week (Monday through Friday) from collection sites listed by the Service Authority and numbering approximately 1700 sites. Such refuse collection shall be scheduled on Monday and Thursday (unless another alternative schedule is selected on the form provided in Section 5 of this IFB). C. Pickup for Recyclables may occur on one of the regularly scheduled pickup days. Recyclables shall include standard recyclable items such as: bundled newspapers/magazines, glass food and beverage containers, aluminum and steel cans, #1 and #2 plastic and jugs. D. Bulk pick-up see the Bulk Items section above for bulk pick up schedule. 7

8 E. When Prince William County Landfill is closed on one of the scheduled pickup days, there shall be only one collection during that week, which shall be on the other normal collection day. F. In the event the Contractor determines that weather does not permit collection on a regular collection day; collection shall be made on the next scheduled day. Exceptions due to holidays or unforeseen weather events shall be discussed with the Service Authority s representative. 2.4 Collection A. Contractor and his employees shall replace tops of containers and containers shall not be left in driveways. B. Contractor shall provide all reasonably adequate techniques and equipment to prevent papers, etc. from blowing on public or private property within the service area. C. The Contractor shall deliver and dispose of refuse, recyclable material and bulk items collected to the Prince William County Landfill. Any applicable landfill charges shall be estimated by the Contractor and included in the lump sum price quoted in the Schedule of Prices. 2.5 Customer Service A. Trucks and equipment shall be maintained in a clean and reasonably neat appearance; the trucks and equipment shall be washed down periodically so that they are not themselves odorous or obnoxious. B. Employees shall be clean and neatly dressed. C. A schedule of pick-up and maintenance guideline fliers is to be created by the Contractor and approved by the Service Authority and will be distributed at the start of the contract. The Service Authority will provide new customers with the guidelines thereafter. D. The Contractor shall send out annual reminder notices/fliers with content approved by the Service Authority which will cover the pick-up schedule, rules and regulations. E. All customer inquiries and complaints relative to refuse service provided are to be received and handled directly by the Contractor. The Contractor shall respond to all complaints as promptly as possible but no later than within 24 hours. Billing inquiries shall be handled by the Service Authority s Customer Service Department at F. The number and types of complaints must be tracked and reported to the Service Authority on a monthly basis. Such report is due by the end of the first week of each month for incidents that occurred during the previous month. The Contractor shall contact the Customer 8

9 and Field Services Manager with any significant issues that may require Service Authority follow-up. G. The Contractor and his employees shall at all times maintain courteous and respectful relations with the residents of the service area, refrain from profanity and indecorous conduct. H. Any case of abusive language or conduct by a customer toward the Contractor in the performance of their duties shall be reported to the Service Authority and/or the County Police if applicable. The customer s name and address (if known), and the circumstances surrounding the incident shall be documented by the Contractor. I. Should the Authority find it necessary to refund a customer the cost of monthly trash service due to a repeat issue with the refuse provider, in which the customer is not at fault, the Authority shall forward such information on to the Contractor and the Contractor shall provide a credit to the Authority in the next billing month for such amount. J. It is necessary that the Service Authority is always made aware of any updated Contractor contact information. The Contractor shall notify the Service Authority immediately with any plans or changes to the Contractor s contact information, so that the Service Authority can promptly communicate the change to Customers. 2.6 Add or Deduct Pickup Units The Service Authority reserves the right to add or deduct pickup units and to adjust total pickup points accordingly. The Service Authority will provide the successful Contractor with a listing of additions or deductions from the original contract listing on an as needed basis for collection and billing purposes. Additions and deletions shall be communicated by to the contact provided by the successful Contractor. The unit price quoted in Section 4.1 Per Unit Price of the Schedule of Prices shall be used to cover either additions to or deductions from the original quantities specified in this IFB. 3.1 General SECTION 3 INSTRUCTIONS TO BIDDERS GENERAL PROVISIONS Bids and contracts for Prince William County Service Authority are governed by the Prince William County Service Authority Purchasing Regulations, effective March 8, 2012 as amended. All bidders are referred to the specific provisions of those regulations for guidance in dealing with Service Authority solicitations. 9

10 The following general information is provided to all bidders to facilitate the preparation of suitable bids for the goods or services identified in this Invitation, and the requirements set forth shall be binding on all bidders. Bidders are expected to take into consideration that their bid, including any contract which is a part of the Invitation, will constitute the terms of the Agreement between the Service Authority and the successful bidder. Where a contract is provided, it is intended that it shall incorporate the terms and conditions of the bid, rendering further reference to the bid set unnecessary. The Service Authority is not at liberty to change the terms of the Agreement after the opening of bids. Where questions and discussions prior to bid opening disclose a need for additional information or amendments, appropriate addenda to the Invitation will be prepared and distributed so that all bidders will be offering price quotes based on the same information and specifications. The Purchasing Manager may extend the date and time for opening of bids if she believes it is necessary. 3.2 Pre-Bid Conference A non-mandatory pre-bid conference will be held on May 8, 2013@2:00 p.m. at 4 County Complex Woodbridge, VA Attendance and participation at this pre-bid is not mandatory but highly recommended. Any questions regarding this Invitation for Bid may be addressed in person during the Pre-bid meeting. Participation of qualified bidders is highly valued by the Authority and at this time you shall have an opportunity to offer your ideas. Appropriate changes shall be given positive scrutiny and acted upon. 3.3 Vendor Registration Before submitting a response to this solicitation, all Bidders must be a registered Prince William County Service Authority vendor. Vendors are encouraged to register themselves over the Internet at: If Internet access is not available, or problems are experienced during registration, contact the Purchasing Office shown on the front page of the Solicitation. 3.4 Bid Submission The Bidder shall submit to the Service Authority one (1) original and two (2) copies of the bid prior to the bid due date and time. All information required by the Solicitation must be provided in order for the bid to be considered complete. Inadequate information may result in disqualification of the bid. Any modifications not expressly provided for in the Solicitation may require rejection of the bid. 10

11 A. At a minimum the following items must be included in the Bid Submittal: i. IFB Submission Form ii. Pricing Schedule (See Section 4) iii. Bidder s Past Performance/References (See Section 3.9) iv. Completed Refuse Pick-Up Schedule and Additional Services (See Section 5) v. Insurance Certificate vi. Bonds vii. Certificates, Permits, and Licenses B. The bid must be signed and dated by an authorized person of the firm or corporation to bind the Bidder to a Contract with the Service Authority. The Purchasing Manager may require that any bidder submit powers of attorney or other appropriate documentation showing the authority of the signatory to act on the Contractor's behalf. If it later appears that the signatory was not authorized to act, whether such proof of agency has been demanded or not, the Service Authority may declare the Contract void if it is in it s best interest to do so. In addition, resulting Contracts must be signed and dated by the Contractor and all other required parties. C. Bids shall be submitted in any sealed package that clearly identify: i. The Solicitation name and number, ii. The bidder s name and address, and iii. The bid due date and time. D. The bid package shall clearly state Bid Package is not to be opened until the bid due date and time. The Bidder assumes the risk that a bid not properly marked may be mistakenly opened, and thus may be rendered ineligible for consideration. The Purchasing Manager or designated representative(s) shall not be responsible for the premature opening of a bid not properly identified as specified herein. E. Bids must be submitted to and time stamped by the Service Authority Purchasing Office prior to the bid due date and time. Bids received in the Purchasing Office after the prescribed due date and time shall not be considered for Contract award and shall be returned unopened to the Bidder. F. If a prospective Bidder is unable to submit a bid in response to this Solicitation, the Bidder may submit a letter as to why the Bidder is unable or unwilling to submit a bid. The Service Authority is interested in learning if there are any problems with the Solicitation process that may discourage responses. Because of the large number of firms listed on the Service Authority's registered bidders list, the Service Authority may delete the names of those persons, firms or corporations who fail to respond to the Service Authority s Solicitations after having been invited to submit a bid on three successive Solicitations. 11

12 G. Bids shall be publicly opened, announced, and witnessed at the designated location on the due date and time fixed for the bid opening. Bidders are encouraged to attend bid openings and to offer constructive suggestions for improvements to the Solicitation process. 3.5 Bid Evaluation As allowed by the Service Authority s Purchasing Regulations, the following provisions apply: A. Bids shall be evaluated on the basis of the requirements set forth in the Solicitation and the Service Authority s Purchasing Regulations where applicable. Award(s) shall be made to the lowest responsive and responsible bidder. B. The Purchasing Manager is authorized to waive any irregularity or informality in any bid; provided however, that a bid or amendments thereto which are received after the time specified for the opening of bids will be neither opened nor considered. C. Withdrawal of bids is strictly governed by the Service Authority s Purchasing Regulations. If a bid may be lawfully withdrawn, notice of withdrawal must be provided in writing within two (2) business days after the conclusion of the bid opening procedure and shall submit original work papers with such notice. D. When only one responsive and responsible bid is received, the Solicitation may be canceled and items rebid, unless the Purchasing Manager determines that the bid is reasonable and in the best interests of the Service Authority. 3.6 Bid Prices and Acceptance Bid prices unless otherwise specified, must be net, including but not limited to transportation and handling charges fully prepaid by the Bidder to destination, and subject only to any discount for prompt payment that may be offered by the Bidder. Bid prices, should they be accepted and a Contract awarded, shall remain firm for the period of the Contract unless otherwise agreed to by both parties. Bidder warrants by virtue of bidding, that prices and terms and conditions reflected in its bid submittal shall be firm for acceptance for a period of ninety (90) days from bid opening due date, unless otherwise stated in its bid submittal. 3.7 Performance Bond Requirements Any Bidder awarded a contract as a result of this solicitation will be required to submit a performance bond in the amount equal to $30,000.00, within the time specified by the Purchasing Manager, but no later than the time of execution of the contract. 12

13 The bond must be executed on Prince William County Service Authority forms attached to this solicitation, and sureties must be acceptable to the Service Authority. Corporate sureties must appear on the list in Treasury Circular 570, and the amount of the bond may not exceed the underwriting limit stated for the surety on that list. Failure to submit an acceptable bond may be cause for recession of the award. 3.8 Tax Exemption Prince William County Service Authority Government is exempt from the payment of any Federal excise or Virginia sales tax. 3.9 Past Performance References Contractor's bid shall include at least three (3) references of similar work that has been performed within the last 3 years, and should include at minimum the following: Past Performance Reference Client Reference Contact Information Name/Company Contract Manager Name Contract Manager Tel. # Contract Manager Contract Reference Information Contract/PO # Contract Start Date Contract/PO Amount Contract End Date Contract Reference Information Please write a brief description of the work performed under this contract 3.10 Competency of Bidder No bids will be accepted from or award made to any person, firm, or corporation that is in arrears, or is in default to the Service Authority upon any debt or Contract, or that has defaulted as surety or otherwise upon any obligation to the Service Authority, person, firm, or corporation. If requested, the bidder must provide evidence to the contrary within forty-eight (48) hours upon request. A. Person, firm, or corporation, shall submit a bid which conforms in all material respects to the Solicitation. B. Person, firm, or corporation, shall have the capability with adequate: financial resources, facilities, experience, insurance and licenses, adequate: services, vehicles, and skilled personnel to provide goods and/or services as required by the Solicitation as determined 13

14 through evidence submitted, reputation, past performance, public records, site visits, and references available to the Service Authority. C. Person, firm, or corporation, shall have the ability to comply with the required delivery period and/or performance period taking into consideration other business commitments Contingency of the Contract Award Award of the contract to the selected Contractor is contingent upon: A. The approval and authorization, (if necessary) by the General Manager. B. The successful acceptance of contractual terms agreeable to both parties. Failure to achieve the foregoing will result in no award at this time Standard Contract for Services A. The Prince William County Service Authority expects to enter into its Standard Contract for Services in a form substantially as attached hereto. Specific obligations of each party will be specified in the final signed contract Material Breach If the Contractor at any time determines the Owner to be in material breach of this Agreement, the Contractor shall provide Notice of claim to the Owner within seven days of such breach. Such Notice shall specify the precise occurrence(s) of such breach. The Contractor s continuing performance under the Contract Documents including but not limited to receiving moneys thereunder, shall constitute an election to waive such material breach and to confirm the continued existence of the contract Award An award will be made to the lowest responsive and responsible bidder. Evaluation will be based on net prices. Unit prices, extensions and grand total must be shown. 14

15 SECTION 4 PRICING SCHEDULE (INCLUDE WITH BID PACKAGE) We, the undersigned bidder, declare that we have carefully examined the work and informed ourselves fully of all conditions relative to the work and to the location of the work to be performed. We have examined the IFB, the boundary map, the worksite, and all conditions relative to the work to be performed. We (Bidder name) hereby propose to furnish all plant, labor equipment, materials, appliances, transportation incidentals, and accessories to perform all operations as specified in this Invitation For Bid in accordance with the contract documents for the bid prices quoted below: 4.1 Per Unit Price This contract shall be billed on a per unit basis. The number of units may fluctuate from month to month but is expected to average 1700 accounts/locations per month. Note: Per unit price must include all fees and charges including those imposed through PWC Landfill. Contractor shall bill as follows: # Units x Unit Price = Monthly Billing Bidders shall provide pricing in the table below: Est. # Units Price Per Unit Monthly Billing 1700 Total: 15

16 SECTION 5 REFUSE PICKUP SCHEDULE AND ADDITIONAL SERVICES (SUBMIT WITH BID) 5.1 Refuse Pickup The pickup schedule shall be Monday and Thursday unless otherwise agreed to. Should the Service Authority agree to an alternative schedule, the Service Authority reserves the right to return to the Monday and Thursday schedule with at least 14 days notice. 5.2 Additional Services A. The Contractor shall provide twelve (12) additional pickups per year, during the first full week of each month which is to be specified by the bidder for additional refuse such as water heaters, bed springs, old furniture, and metal parts from cars such as starters, ignition switches, alternators, or wheel rims but excluding motor blocks, transmission, rear end housings, springs frames, fenders, doors and hoods. This service shall be included in the per unit price quoted in the Schedule of Prices. Please specify day of week. B. The Contractor shall provide one (1) collection of auto and truck tires, during the first full week of each month which is to be specified by the successful bidder. The average for the last twelve months have been 10 to 15 tires per month. This service shall be included in the per unit price quoted in the Schedule of Prices. Please specify day of week. C. The selected Contractor shall pickup recyclable materials once weekly. Pickup for recyclables may occur on one of the regularly scheduled refuse pickup days. This service shall be included in the per unit price quoted in the Schedule of Prices. Please specify day of week. D. The Service Authority reserves the right to add or deduct pickup units and to adjust total pickup points accordingly. The per unit price quoted in Section 4 Unit Price Breakdown of the Schedule of Prices shall be used to cover either additions to or deductions from the original quantities specified in this IFB. To determine any additions or deductions from the original quantities specified in this IFB, the Service Authority will furnish the successful Bidder an accurate account of any additions and/or deductions to the original contract on an as needed basis. 16

17 SAMPLE CONTRACT STANDARD CONTRACT FOR SERVICES CONTRACT: SUBJECT: Between: Prince William County Service Authority 4 County Complex Court Po Box 2266 Woodbridge, Virginia Ph: and the Contractor: This Contract is entered into this day of, by and between the Board of Directors of The Prince William County Service Authority, or its authorized agents, and the Contractor identified below for services identified herein, on the following terms and conditions. This Contract is prepared in accordance with the Purchasing Regulations of The Prince William County Service Authority, which are incorporated herein by reference. SECTION I - SPECIAL PROVISIONS 1.1 Definitions "Service Authority" shall mean the Board of Directors of the Prince William County Service Authority, and authorized by the Purchasing Regulations or other law to enter into Contracts. "Contract Administrator" assigned to administer this Contract for the Service Authority. "Contractor" shall mean: whose authorized representative is who is responsible for the performance obligation of the Contractor under this Contract. 17

18 1.2 Contract Period The term for this Contract shall be for two (2) years from date of execution. The Service Authority shall have the option to extend the Contract for four (4) additional one (1) year periods, contingent upon availability of funds for the purpose. The Service Authority shall give the Contractor reasonable written notice of intent to renew prior to the expiration date of the current Contract. Agreement to extend the Contract term shall not be final until the Contractor provides written acknowledgment of the extension. 1.3 Incorporation of Documents The following documents are hereby incorporated by reference into this Contract: 1. Contractor's Bid Response dated. 2. Service Authority's Solicitation number and dated. In the event of an inconsistency between the above referenced documents the inconsistency shall be resolved by giving precedence to the following:. This Contract shall take precedence over all the documents referenced above. 1.4 Provision of Services The Contractor hereby agrees to provide the following to the Service Authority: Yorkshire Service Area Refuse Pickup and Disposal 1.5 Contract Amount In return for the services identified above, and subject to the "Non-Appropriation of Funds" clause herein, the Service Authority certifies that sufficient funds are budgeted and appropriated and shall compensate the Contractor the total amount of dollars in accordance with the formula for payments as set forth herein: 1.6 Time of the Essence and Completion Time shall be of the essence to this Contract, except where it is herein specifically provided to the contrary. 1.7 Inspection and Acceptance All work shall be conducted and completed in accordance with recognized and customarily accepted industry practices, and shall be considered complete when the services are approved as acceptable by the Contract Administrator. In the event of rejection of any deliverable, the Contractor shall be 18

19 notified and shall have two (2) days from date of issuance of notification to correct the deficiencies and resubmit the deliverable. 1.8 Insurance The Contractor shall maintain insurance in an amount and form as set forth in IFB SA SECTION 2 TERMS AND CONDITIONS 2.1 Assignment and Delegation No party may assign any of its rights under the resulting contract, except with the prior written consent of the other party. That party shall not unreasonably withhold its consent. All assignments of rights are prohibited under this subsection, whether they are voluntary or involuntary, by merger, consolidation, dissolution, operation of law, or any other manner For purposes of this section of the resulting contract, a change of control is deemed an assignment of rights; and a merger refers to any merger in which a party participates, regardless of whether it is the surviving or disappearing corporation No party may delegate any performance under the resulting Contract. 2.2 Prime Contractor The selected Contractor will be required to assume full responsibility for the complete effort as required by this IFB whether work is performed by the Contractor (s) or subcontractors. The selected Contractor is to be the sole point of contact with regard to all contractual responsibilities. 2.3 Contingency of the Contract Award Award of the contract to the selected Contractor is contingent upon: 1. The approval and authorization, (if necessary) by the General Manager. 2. The successful negotiation of contractual terms agreeable to both parties. Failure to achieve the foregoing will result in no award at this time. 2.4 INVOICE DOCUMENTATION REQUIREMENTS AND STATUS REPORTS A. Invoices (or Applications for Payment) must contain sufficient information for the Service Authority to verify that the work was performed in accordance with the contract. The Service Authority requires that the following information be included in the invoice (or must be in the form of a report which must accompany the invoice) and contain the following information: 19

20 1. Name of Project, Contract Number, Purchase Order Number; 2. Dates services were provided; 3. Summary of deliverables or work achieved during the specified billing period including, for unit price work, details of quantities and prices, for lump sum work, details of the work performed in accordance with the schedule of values; and, 4. Proper documentation to support payment of non-schedule work/items not included in the contract to include payroll records, and invoices for all materials, supplies, and services, purchased or leased, in performance of the work. The invoice, or an accompanying report, shall clearly state the line item number, description, quantity, and rate/unit price in accordance with the contract. Prior to work performed under this Contract, Contractor shall submit for Service Authority s approval a sample invoice and/or Contract Status Report. The Service Authority reserves the right to withhold invoice payment until sufficient documentation is provided. The Contractor shall provide accurate and timely monthly billing. The invoice date shall be the date the invoice is submitted to the Service Authority. All invoices will be paid within thirty (30) days orthe time specified by the Contract unless any items thereon are questioned, in which event payment will be withheld for those items pending verification of the amount and the validity of the claim. Invoices shall be forwarded to: Prince William County Service Authority Attn: Accounts Payable P O. Box 2266 Woodbridge, Virginia or (Physical Delivery) Prince William County Service Authority Attn: Accounts Payable 4 County Complex Court Woodbridge, Virginia Monthly Status Reporting for Projects or Task Orders for Exceeding 90 Days Duration: A monthly Contract Status Report is required for all Work or Task Orders exceeding 90 days. In addition to the items required for invoice payment, the Contract Status Report for projects exceeding 90 days should include at a minimum the following: 1. Budget of hours and dollars 2. Notice of any issues that could affect project completion schedule, quality or price 3. Cost and hours incurred to date 4. Estimated cost and hours to complete 20

21 5. Budget and schedule analysis 6. Projected completion date The Status Report may accompany the Invoice or Application for Payment, as supporting documentation. 2.5 Emergency Order In the event that the selected Contractor is unable to respond in a timely manner in accordance with the terms of this IFB, the Service Authority reserves the right to order the contracted services or supplies from other sources which could provide a faster delivery time. 2.6 Conflicts of Interest This solicitation is subject to the provisions of Section et seq., VA Code Ann., the Virginia Conflicts of Interest Act. No member of the Board of Directors, or any employee of the Prince William County Service Authority, or the spouse or any other relative who reside in the same household as any of the foregoing, may be a contractor or subcontractor in connection with any bid, or have a personal interest therein as defined by Section VA Code Ann. 2.7 Collusion All proposals submitted must be made without prior understanding, agreement, or connection with any corporation, partnership, firm, or person submitting a proposal for the same requirements, without collusion or fraud. Collusive bidding is a violation of State and Federal law and can result in fines, prison sentences, and civil damage awards. 2.8 Ownership The Service Authority requires all firms submitting proposals to indicate their form of organization and current principal place of business. In addition, proposals must list the names and addresses of any ownership interest of 3% or more in the commercial entity (s) responding to this IFB. 2.9 Modifications or Changes to the Contract All modifications and changes to the contract shall be in writing. The Service Authority s Technical Contract Manager(s), with the concurrence of the Service Authority s Purchasing Manager, shall have the authority to order changes in the resulting contract which affect the cost or time of performance. Such changes shall be ordered in writing specifically designated to be a Change Order. Such orders shall be limited to reasonable changes in the work to be performed or the time of performance; provided that the Contractor shall not be excused from performance under the changed contract by failure to agree to such changes, and it is the express purpose of this provision to permit unilateral changes in the contract subject to the conditions and limitations herein. Change order shall be consistent with existing functionality and within capability of the Contractor including time allotted for the change. 21

22 2.9.2 The selected Contractor need not perform any work described in any change order unless it has received a certification from the Service Authority that there are funds budgeted and appropriated sufficient to cover the cost of such changes The selected Contractor shall make a demand for payment for completed changed work within 30 days of receipt of a change order, unless such time period is extended in writing, or unless the Service Authority s Purchasing Manager requires submission of a cost proposal prior to the initiation of any changed work or supplies. Later notification shall not bar the honoring of such claim or demand unless the Service Authority is prejudiced by such delay No claim for changes ordered hereunder shall be considered if made after final payment in accordance with this contract Non-Discrimination Against Faith-Based Organizations The Service Authority shall not discriminate against faith-based organizations Employment Discrimination for Contracts Over $10,000 During the performance of the resulting contract, the selected Contractor agrees as follows: The selected Contractor will not discriminate against any employee or for employment because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment, except where there is a bonafide occupational qualification reasonably necessary to the normal operation of the selected Contractor. The selected Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause The selected Contractor, in all solicitations or advertisements for employees placed by or on behalf of the selected Contractor, will state that such Contractor is an equal opportunity employer Notices, advertisements, and solicitations placed in accordance with Federal law, rule, or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section The selected Contractor will include the provisions of the foregoing paragraphs a, b, and c in every subcontract or purchase order over $10,000.00, so that the provisions will be binding upon each subcontractor or selected Contractor Drug-free During the performance of the resulting contract, the selected Contractor agrees to: 22

23 1. Provide a drug-free workplace for the selected Contractor s employees; 2. Post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the selected Contractor s workplace and specifying the actions that will be taken against employees for violations of such prohibition; 3. State in all solicitations or advertisements for employees placed by or on behalf of the selected Contractor that the selected Contractor maintains a drug-free workplace; and 4. Include the provisions of the foregoing clauses in every subcontract or purchase order over $10,000.00, so that the provisions will be binding upon each subcontractor For the purpose of this section, Drug-Free Workplace means a site for performance of work done in connection with a specific contract awarded to a selected Contractor, the employees of who are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession, or use of any controlled substance or marijuana during the performance of this contract Unauthorized Aliens During the performance of the resulting contract, the selected Contractor shall not knowingly employ an unauthorized alien as defined in the Immigration Reform and Control Act of Claims/Disputes In accordance with Section , VA Code Ann., this provision shall be followed for consideration and handling of all claims by the selected Contractor under the resulting contract. Section , VA Code Ann., is not applicable to the resulting contract, and under no circumstances is this paragraph to be construed as an administrative appeals procedure governed by Section , VA Code Ann Notice of the intent to submit a claim setting forth the basis for any claim shall be submitted in writing within 10 days after the occurrence of the event giving rise to the claim, or within ten 10 days of discovering the condition giving rise to the claim, whichever is later. In no event, shall any claim arising out of the resulting contract be filed after the submission of the request for final payment by the selected Contractor Claims by the selected Contractor with respect to the resulting contract shall be submitted in writing in the first instance for consideration by the Service Authority s Technical Contract Manager(s). The decision of the Service Authority s Technical Contract Manager(s) shall be rendered in writing within forty-five (45) days from the receipt of the claim from the selected Contractor. If the selected Contractor is not satisfied with the decision or resolution of the Service Authority s Technical Contract Manager(s), the selected Contractor may file a formal dispute with regards to the claim with the Service Authority s Purchasing Manager, which claim shall be received within thirty (30) days of the date of decision of the Service Authority s Technical Contract Manager(s). The Service Authority s Purchasing Manager shall reduce his or 23

24 her decision to writing and shall mail or otherwise furnish a copy of this decision to the selected Contractor within forty-five (45) days of the receipt of the claim from the selected Contractor. The decision of the Service Authority s Purchasing Manager shall be final on behalf of the Service Authority unless the selected Contractor submits the claim to the Service Authority General Manager within thirty (30) days of the Service Authority s Purchasing Manager s decision. The selected Contractor may submit the claim to the Service Authority General Manager by mailing or otherwise furnishing the Service Authority s Purchasing Manager a copy of the claim and a request for the Service Authority General Manager s determination The Service Authority General Manager s decision on the claim shall be rendered in writing to the selected Contractor within forty-five (45) days of the Service Authority s Purchasing Manager s receipt of the request from the selected Contractor, and shall be final and binding on behalf of the Service Authority, unless the selected Contractor submits the claim for determination by the Service Authority Board of Directors ( the Board ) by mailing or otherwise furnishing the Service Authority s Purchasing Manager a copy of the claim, along with a request for determination by the Board within thirty (30) days of the Service Authority General Manager s decision. The Board shall consider the claim and render a decision within forty-five (45) days of the date on which the Board hears the claim in open meeting. The Board s procedure in considering claims under this contract shall be the same as that for other decisions of the Board on claims made under Section et seq., VA Code Ann. The decision of the Board shall be final Should any decision-maker designated under this procedure fail to make a decision within the time period specified, then the claim is deemed to have been denied by the decision-maker. Pending a final determination of a claim, the selected Contractor shall proceed diligently with the performance of the work under the contract In accordance with the provisions of Section , VA Code Ann., full compliance with this procedure set forth in the provision shall be a precondition to the filing of any lawsuit by the selected Contractor against the Board of Directors of the Service Authority arising out of this contract Termination for Convenience of the Service Authority The parties agree that the Service Authority may terminate this contract, or any work or delivery required hereunder, from time to time either in whole or in part, whenever the General Manager of the Service Authority shall determine that such termination is in the best interests of the Service Authority Termination, in whole or in part, shall be effected by delivery of a Notice of Termination signed by the Service Authority General Manager or his designee, mailed or delivered to the selected Contractor, and specifically setting forth the effective date of termination. 24

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows: A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or

More information

Contract No NO0. Page 1 of 12 CONTRACT: 11157NO0. Lake Jackson Study - Dam. Between:

Contract No NO0. Page 1 of 12 CONTRACT: 11157NO0. Lake Jackson Study - Dam. Between: COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC 460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703, Ext. 6770 Fax: (703) 792-4611 FINANCE DEPARTMENT Purchasing CONTRACT: 11157NO0

More information

COUNTY OF PRINCE WILLIAM

COUNTY OF PRINCE WILLIAM COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC 460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703, Ext. 6770 Fax: (703) 792-4611 FINANCE DEPARTMENT Purchasing Division CONTRACT:

More information

CONTRACT: 7005B00 SUBJECT: COPIER RENTAL. Between: PRINCE WILLIAM COUNTY 1 COUNTY COMPLEX COURT (MC460) PRINCE WILLIAM, VA

CONTRACT: 7005B00 SUBJECT: COPIER RENTAL. Between: PRINCE WILLIAM COUNTY 1 COUNTY COMPLEX COURT (MC460) PRINCE WILLIAM, VA CONTRACT: 7005B00 SUBJECT: COPIER RENTAL Between: PRINCE WILLIAM COUNTY 1 COUNTY COMPLEX COURT (MC460) PRINCE WILLIAM, VA 22192-9201 703-792-6770 METRO 631-1703 EXT 6770 and the Contractor: TML COPIERS

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

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

COUNTY OF PRINCE WILLIAM

COUNTY OF PRINCE WILLIAM COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC 460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703, Ext. 6770 Fax: (703) 792-4611 FINANCE DEPARTMENT Purchasing CONTRACT: 11052NA2

More information

COUNTY OF PRINCE WILLIAM

COUNTY OF PRINCE WILLIAM COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC 460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703, Ext. 6770 Fax: (703) 792-4611 FINANCE DEPARTMENT Purchasing CONTRACT: 10011NA2

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

Maintenance and Licensing for McAfee Web Gateway. Between: PRINCE WILLIAM COUNTY 1 COUNTY COMPLEX COURT (MC460) PRrNCE WILLIAM, VA

Maintenance and Licensing for McAfee Web Gateway. Between: PRINCE WILLIAM COUNTY 1 COUNTY COMPLEX COURT (MC460) PRrNCE WILLIAM, VA COUNTY OF PRINCE WILLIAM I County Complex Court, (MC 460) Prince William, Virginia 22192-920 I (703) 792-6770 Metro 631-1703, Ext. 6770 Fax: (703) 792-4611 FINANCE DEPARTMENT Purchasing CONTRACT: SUBJECT:

More information

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Towing Services Inoperable Vehicles County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0601-1 This procurement is governed

More information

COUNTY OF PRINCE WILLIAM

COUNTY OF PRINCE WILLIAM COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC 460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703, Ext. 6770 Fax: (703) 792-4611 FINANCE DEPARTMENT Purchasing CONTRACT: 12145BA4

More information

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

More information

Botetourt County Public Schools

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

More information

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 DATE April 12, 2017 TABLE OF CONTENTS 1. SUMMARY AND BACKGROUND...

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

MANDATORY GENERAL TERMS AND CONDITIONS

MANDATORY GENERAL TERMS AND CONDITIONS MANDATORY GENERAL TERMS AND CONDITIONS A. PURCHASING M AN U AL / G O V E R NING R U LES: This s o l i c i t a t i o n and any resulting contract is s u b j e c t to the provisions of the Commonwealth of

More information

Invitation For Bid. Uniforms IFB U

Invitation For Bid. Uniforms IFB U Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Uniforms IFB-19-1807-7U This procurement is governed

More information

Contract No NA2 TABLE OF CONTENTS

Contract No NA2 TABLE OF CONTENTS TABLE OF CONTENTS PAGE SECTION I... 1 SPECIAL PROVISIONS... 1 I.1 Definitions... 1 I.2 Contract Period... 1 I.3 Incorporation of Documents... 1 I.4 Provision of Services... 2 I.5 Contract Amount... 2 I.6

More information

Mold Remediation and Clean Up of Central High School

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

More information

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS REQUEST FOR BIDS BID REQUEST NO. 604712 02 SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS ISSUE DATE: FEBRUARY 1, 2019 BID OPENING DATE: FEBRUARY 11, 2019 3:00 PM LOCAL TIME ISSUED

More information

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES REQUEST FOR PROPOSAL FOR CASH MANAGEMENT SERVICES The Rappahannock, Shenandoah and Warren Regional Jail, also known as RSW Regional Jail, is soliciting sealed proposals from qualified financial institutions

More information

PRINCE WILLIAM- MANASSAS Regional Adult Detention Center 9320 Lee Avenue Manassas, Virginia FAX

PRINCE WILLIAM- MANASSAS Regional Adult Detention Center 9320 Lee Avenue Manassas, Virginia FAX PRINCE WILLIAM- MANASSAS Regional Adult Detention Center 9320 Lee Avenue Manassas, Virginia 20110 703-792-6420 703-792-6718 FAX CONTRACT: 12104NA5 SUBJECT: Pharmaceutical for the Prince William-Manassas

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

More information

Request for Proposal. RFP # Delinquent Tax Collection Services

Request for Proposal. RFP # Delinquent Tax Collection Services County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0208-1 This procurement is governed

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December

More information

SCRAP TIRE RECYCLING AND DISPOSAL FOR THE MACON COUNTY SOLID WASTE DEPARTMENT

SCRAP TIRE RECYCLING AND DISPOSAL FOR THE MACON COUNTY SOLID WASTE DEPARTMENT REQUEST FOR PROPOSALS RFP#03 4712p SCRAP TIRE RECYCLING AND DISPOSAL FOR THE MACON COUNTY SOLID WASTE DEPARTMENT ISSUE DATE: MAY 17, 2017 ISSUING DEPARTMENT: MACON COUNTY FINANCE DEPARTMENT 5 WEST MAIN

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

Appomattox River Water Authority

Appomattox River Water Authority Appomattox River Water Authority 21300 Chesdin Rd. - S. Chesterfield, VA 23803 - Phone (804) 590-1145 - Fax (804) 590-9285 ADVERTISEMENT FOR BIDS APPOMATTOX RIVER WATER AUTHORITY BID INVITATION NO: 19-0207

More information

COUNTY OF PRINCE WILLIAM

COUNTY OF PRINCE WILLIAM COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC 460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703, Ext. 6770 Fax: (703) 792-4611 FINANCE DEPARTMENT Purchasing CONTRACT: 9095BA2

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

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

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2 City of Cartersville P.O. Box 1390 1 North Erwin Street Cartersville, GA 30120 DATE: October 5, 2017 TO: FROM: RE: Automobile Dealers Fleet Sales Personnel Tom Rhinehart, Finance Director Vehicle Bids

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

Northbridge Board of Health Code of Regulations

Northbridge Board of Health Code of Regulations 201-17. Permitting and operation of commercial, residential and municipal solid waste and recyclable materials collection. [Amended 5-16-2001, effective 5-30- 2001; Amended 10-24-2011; Effective 12-1-2011]

More information

Chapter 26. The Contract

Chapter 26. The Contract Chapter 26. The Contract Summary This chapter identifies, in general terms, the required elements of a contract entered into for the procurement of goods or services. The specific elements of a contract

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

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

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS 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 information

Office Janitorial Services at One Administration Building

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

More information

Invitation to Bid BOE. Diesel Exhaust Fluid

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

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

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

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

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

More information

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

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

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

More information

FLOYD COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT #12 East 4 th Ave. Ste. 106 ROME, GA (706) FAX (706)

FLOYD COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT #12 East 4 th Ave. Ste. 106 ROME, GA (706) FAX (706) Revised Jan. 2015 FLOYD COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT #12 East 4 th Ave. Ste. 106 ROME, GA 30161 (706) 291-5118 FAX (706) 290-6099 INVITATION TO BID Date Issued: May 5, 2016 Bid Number:

More information

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY Note: For service contracts clauses, Q, R, and S are normally not applicable and may be omitted. For goods contracts, omit clause

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

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

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

AGENCY-WIDE LAWN MAINTENANCE

AGENCY-WIDE LAWN MAINTENANCE AGENCY-WIDE LAWN MAINTENANCE REQUEST FOR PROPOSALS RFP #2014-01 FRANKLIN HOUSING AUTHORITY An Equal Opportunity Employer An Equal Housing Provider The Franklin Housing Authority is soliciting proposals

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

HVAC Remodel Second Floor North Center Building

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

More information

INVITATION TO BID Acoustical Ceiling Tile

INVITATION TO BID Acoustical Ceiling Tile October 10, 2016 REVISED 11/07/2016 RFP-1617-402 INVITATION TO BID Acoustical Ceiling Tile The Danville Public Schools Maintenance Department is requesting sealed bids for removal, furnish and install

More information

Request for Proposal Body Repair and Painting Services for ISD Vehicles

Request for Proposal Body Repair and Painting Services for ISD Vehicles Daryl Huddleston Director of Transportation 900 S Powell Rd Independence, MO 64056 (816)521-5335 Fax (816)521-5660 Request for Proposal Body Repair and Painting Services for ISD Vehicles Proposal Due:

More information

Request for Proposal Public Warning Siren System April 8, 2014

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

More information

INVITATION TO BID Install Spray Foam Polyurethane Roof

INVITATION TO BID Install Spray Foam Polyurethane Roof November 7, 2016 RFP-1617-404 INVITATION TO BID Install Spray Foam Polyurethane Roof The Danville Public Schools Maintenance Department is requesting sealed bids for furnish and install Polyurethane Seamless

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Bid Opening Date/Time Tuesday, September 1, 2015 @ 2:15 p.m. local time City of

More information

AUGUSTA COUNTY SERVICE AUTHORITY

AUGUSTA COUNTY SERVICE AUTHORITY AUGUSTA COUNTY SERVICE AUTHORITY 18 Government Center Lane P. O. Box 859 Verona, Virginia 24482-0859 REQUEST FOR SEALED BIDS Ductile Iron Pipe and Fittings ITB No. 1756 Issue Date: February 13, 2018 Sealed

More information

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

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

More information

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:

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 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

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020 TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020 Issue Date: January 24, 2018 Title: Healthy Communities Action Teams to Prevention Childhood Obesity Issuing Agency: Virginia Foundation

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

COUNTY OF PRINCE WILLIAM

COUNTY OF PRINCE WILLIAM COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC 460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703, Ext. 6770 Fax: (703) 792-4611 FINANCE DEPARTMENT Purchasing CONTRACT: 12034SA5

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

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

More information

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS BOARD OF EDUCATION 1 COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS The Board of Education of the Depew Union Free School District hereby invites the submission of sealed bids

More information

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

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

More information

REQUEST FOR QUOTATION Relocation of Office Trailer RFQ NUMBER:

REQUEST FOR QUOTATION Relocation of Office Trailer RFQ NUMBER: COUNTY OF DINWIDDIE, VIRGINIA 14016 BOYDTON PLANK RD PO DRAWER 70 DINWIDDIE, VA 23841 http://www.dinwiddieva.us REQUEST FOR QUOTATION Relocation of Office Trailer RFQ NUMBER: 18-101118 ISSUE DATE: October

More information

INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY MENTAL HEALTH AUTHORITY

INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY MENTAL HEALTH AUTHORITY INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY BID # 12-16-0001 BID DUE DATE: JANUARY 13, 2017 BID DUE TIME: 3:00 P.M. Invitation for Bids Notice is hereby given that the

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

Request for Proposal RFP # SUBJECT: Ergotron LX

Request for Proposal RFP # SUBJECT: Ergotron LX Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing

More information

JACQUELINE M. IZZO MAYOR

JACQUELINE M. IZZO MAYOR JACQUELINE M. IZZO MAYOR ZACH CORTESE PURCHASING AGENT PURCHASING DEPARTMENT ROME CITY HALL 198 N. WASHINGTON STREET ROME, NEW YORK 13440-5815 (315) 339-7665 FAX (315) 838-1165 zcortese@romecitygov.com

More information

COUNTY OF PRINCE EDWARD, VIRGINIA

COUNTY OF PRINCE EDWARD, VIRGINIA COUNTY OF PRINCE EDWARD, VIRGINIA Invitation for Bids For Stripping and Waxing of VCT Floors in County Courthouse Issue Date: Monday, April 20, 2009 Due Date and Time: Send Proposals To: All inquiries:

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information

INSTRUCTIONS TO BIDDERS

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

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015 REQUEST FOR PROPOSAL AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2015-2017 Issue Date May 27, 2015 Cumberland Mountain Community Services requests qualified independent certified

More information

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

More information

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

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

More information

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

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

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

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

More information

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

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

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

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

More information

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

REQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES

REQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES REQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES PROPOSAL DUE: 4:00 P.M., MARCH 14, 2013 I. GENERAL INFORMATION: The Board of Supervisors of Middlesex County (hereinafter called the unit ) invites qualified

More information

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number 525 South Lawrence Street Montgomery, Alabama 36104 Repair/Restore Fire Units at Paterson Court IFB Number 2018-08 TYPE OF PROJECT: Invitation for Bids (IFB) to Repair/Restore Fire Units at Paterson Court

More information

Invitation to Bid BOE. Fluorescent Bulbs

Invitation to Bid BOE. Fluorescent Bulbs Invitation to Bid 20170906-02-BOE Fluorescent Bulbs Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

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

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,

More information