ALL RFP PACKAGES MUST BE RETURNED IN A SEALED ENVELOPE WITH THE BID/RFP NUMBER ON THE LOWER LEFT HAND CORNER OF THE ENVELOPE.

Size: px
Start display at page:

Download "ALL RFP PACKAGES MUST BE RETURNED IN A SEALED ENVELOPE WITH THE BID/RFP NUMBER ON THE LOWER LEFT HAND CORNER OF THE ENVELOPE."

Transcription

1 3301 N Mulford Road, Rockford, IL (815) Toll-free (800) BID/RFP NUMBER: #18-17 Michael Papp Director of Business Services Rock Valley College 3301 N Mulford Road Rockford IL ALL RFP PACKAGES MUST BE RETURNED IN A SEALED ENVELOPE WITH THE BID/RFP NUMBER ON THE LOWER LEFT HAND CORNER OF THE ENVELOPE. DUE DATE: June 26, 2018 RESPONSE DUE IN BUSINESS SERVICES SSB ROOM 2200: 2:00 P.M. Prevailing Time RFP OPENING SSB ROOM 1309: 2:05 P.M. RFP DESCRIPTION: Lawn Tractor/Mower YOUR COMPANY NAME: ADDRESS: CONTACT PERSON: TELEPHONE: It is the College s policy to promote the economic development of businesses owned by minorities, females and persons with disabilities by setting aspirational goals to award contracts to businesses owned by minorities, females, and persons with disabilities for certain services as provided by the Business Enterprise for Minorities, Females and Persons with Disabilities Act, 30 ILCS 575 (the Act) and the Business Enterprise Council for Minorities, Females, and Persons with Disabilities. To register with the State of Illinois as an MBE/FBE/DBE, please visit this site: Lawn Tractor/Mower 1

2 STANDARD INSTRUCTIONS TO RESPONDENTS 1. All quotations/bids must be made on a bid form if included in this document. 2. Sign and return the original document; retain a duplicate for your files. Unsigned documents will not be considered for award. 3. Give complete specifications for any substitutions or alternates offered. 4. Rock Valley College is not subject to Federal Excise Tax or Illinois Retailers Occupational Tax. Exemption Certificates shall be furnished upon request. 5. Prices submitted for quotation shall include all charges for packing, transportation, and delivery to the College, Rockford, Illinois. All material is to be bid in U.S. currency. 6. All correspondence must be addressed to the Director of Business Services. Return correspondence, if any, from the Owner shall be in the form of addenda. 7. Return quotations/bids/requests for qualifications, properly executed, in a sealed envelope marked with the opening, time and date. Seal and deliver the properly executed information to the Director of Business Services on or before the time set for the opening. Responses received after the time designated in the request for bids/proposals/qualifications, may be rejected by the College, regardless of the reason given for the delay in delivery of same. Rejected responses shall be returned unopened to the submitting vendor. 8. Responses shall be available for inspection in the office of the Director of Business Services after award of order (s) or contract (s). 9. The Board of Community College District #511, Rockford, Illinois reserves the right to reject any, or all, bids. 10. All responses must be submitted without modification or reservations on the accompanying schedule of items and proposal form with each space properly executed. 11. Explanations or statements which the Respondent wishes to make must be placed in the same envelope and attached to the Respondent s bid/proposal/qualifications. It is understood that the Respondent must bid in strict accordance with the specifications and schedule and no substitutions may be made unless so indicated on the proposal form as received from the College 12. Special attention is directed to respondents that no claim for relief due to errors or omissions in the bidding shall be considered. Respondents shall be held strictly to the bid/proposal/qualifications as submitted. Should a respondent find discrepancies in, or omissions from, any of the documents, or be in doubt as to their meaning, they should advise the Director of Business Services who shall issue the necessary clarifications to all prospective respondents by means of an addendum. 13. Manufacturers trade names are used in the specifications for the express purpose of establishing a standard of quality and coordination of design, not for the purpose of limiting competition. 14. Any fees, legal or otherwise, involved in the successful delivery of this bid shall be borne by the respondent Lawn Tractor/Mower 2

3 ALTERNATIVES Alternatives shall not be considered unless they are a standard item of manufacturer as evidenced by literature, catalogs, etc. Alternates quoted/bid must be qualified and approved PRIOR to the date of the bid opening by the Director of Business Services. PREPARATION OF BID/PROPOSAL/RESPONSE The Respondent must submit a proposal as outlined below. All blank spaces on proposal forms must be filled in. Authorized signature must be the individual owner of a proprietorship, a general partner of a partnership, or signed in the name of a corporation by an officer whose title shall be stated. Proposals shall be sealed in an envelope and marked as required in the instructions. The proposal is contained in these documents and must remain attached hereto when submitted. INVESTIGATION OF RESPONDENT The Director of Business Services shall make such investigation as is necessary to determine ability and qualifications of the respondent to perform the contemplated work. The respondent shall furnish all such information and data for this purpose as may be requested and shall be prepared to show completed installations of equipment or projects similar to that included in this document. The Director of Business Services reserves the right to reject any response, if evidence in the hands of said Director indicates that the respondent is not properly qualified to carry out the obligations as described in the RFP/RFQ/Bid documents. RESERVATION OF RIGHTS BY COLLEGE The College reserves the right to reject any or all bids/proposals/ responses, to waive irregularities and to accept that bid, proposal, or response which is considered to be in the best interest of the College. Any such decision shall be considered final and not subject to review. Accepted bids, proposals or responses are subject to execution of a written contract between the respondent and Rock Valley College. All such contracts are contingent upon approval by the Board of Trustees of Community College District No PERFORMANCE AND PAYMENT BONDS The undersigned agrees to deliver a Performance and Payment Bond issued by a surety company acceptable to the Owner, along with a properly executed contract as provided, upon notification to the undersigned stating that their bid shall be accepted. Notification of the award to the Bidder, with a request for a Performance and Payment Bond, shall be made by the Owner within forty-five (45) days from the date of the bid opening. Required Performance and Payment Bond along with properly executed contracts must be delivered by the undersigned to the Director of Business Services, or designee, within ten (10) days from receipt of notification of award from the Owner, or as specified on Owner orders placed with the undersigned. SIGNATURE CONSTITUTES ACCEPTANCE Signatures of respondents to these documents shall be construed as acceptance of all items of proposal and specification. WITHDRAWAL OF RESPONSES Any Respondent may withdraw his proposal at any time prior to the time specified in the advertisement as the closing time for the receipt of proposals by signing a request therefore Lawn Tractor/Mower 3

4 However, no Respondent shall withdraw or cancel his proposal for a period of sixty (60) calendar days after said advertised closing time for the receipt of proposals: the successful Respondent shall not withdraw or cancel their proposal after having been notified by the Director Business Services that said proposal has been accepted by the Board of Trustees. EQUAL OPPORTUNITY EMPLOYMENT/AFFIRMATIVE ACTION Rock Valley College is an Equal Opportunity/Affirmative Action Employer. In the event of the contractor s noncompliance with any provision of this Equal Employment Opportunity Clause, the Illinois Fair Employment Practice Act, or the Fair Employment Practices College s Rules and Regulations for Public contracts, the contractor may be declared non-responsible and therefore ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporation and the contract may be cancelled or avoided in whole, or in part, and such other sanctions or penalties may be imposed or remedies invoked as provided by statute or regulation. During the performance of this contract, the Contractor agrees as follows: 1. That it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, ancestry, and handicap and further it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such underutilization. 2. That if it hires additional employees in order to perform this contract, or any portion hereof, it will determine the availability (in accordance with the Commission s Rules and Regulations for Public Contracts) of minorities and women in the area (s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women and not underutilized. 3. That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, national origin, ancestry, and handicap. 4. That it will send to each labor organization or representative of works with which it has or is bound by a collective bargaining or other agreement, a notice advising such labor organization or representative of the Contractor s obligations under the Illinois Fair Employment Practices Act and the Commission s Rules and Regulations for Public Contracts. If any such labor organization or representative fails or refuses to cooperate with the Contractor in its efforts to comply with such Acts, Rules and Regulations, the Contractor shall promptly so notify the Illinois Fair Employment Practices Commission and the contracting agency shall recruit employees from other sources when necessary to fulfill its obligations there under. 5. That it will submit reports as required by the Illinois Fair Employment Practices Commission s Rules and Regulations for Public Contracts and furnish all relevant information as may be requested by the Commission or the contracting agency, and in all respects comply with the Illinois Fair Employment Practices Act and the Commission s Rules and Regulations for Public Contracts. 6. That it will permit, upon request, access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Illinois Fair Employment Practices Commission for purposes of investigation to ascertain compliance with the Illinois Fair Lawn Tractor/Mower 4

5 Employment Practices Act and the Commission s Rules and Regulations for Public Contracts. 7. That it will include verbatim, or by reference, the provisions of paragraphs 1 through 7 of this clause in every performance subcontract as defined in Section 2.10 (a) of the Commission s Rules and Regulations for Public Contracts so that such provision shall be binding upon every such subcontractor; and that it shall also so include the provisions of paragraphs 1,5,6, and 7 in every supply subcontract as defined in Section 2.10 (a) of the Commission s Rules and Regulations for Public Contracts so that such provisions shall be binding upon every such subcontractor. In the same manner, as with other provisions of this contract, the Contractor shall be liable for compliance with applicable provisions of this clause by all its subcontractors; and further it shall promptly notify the contracting agency and the Illinois Fair Employment Practices Commission in the event any subcontractor fails or refuses to comply therewith. In addition, no Contractor shall utilize any subcontractor declared by the Commission to be non-responsible and therefore ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations. By signing this bid, the Contractor certifies that the Contractor is not barred from bidding on the contract as a result of a conviction for either bid-rigging or rotating under article 33E of the Criminal Code of 1961 State of Illinois. 8. The bidder shall not pay less than the general prevailing rate of hourly wages for a work of a similar character and locality in which the work is performed and not less than the general prevailing rate of hourly wages for legal holidays and overtime work in the performance under the bid, as required by the Illinois Department of Labor or determined by a court of review, pursuant to an act of the General Assembly of the State of Illinois approved June 26, 1941 as amended according to the Illinois Revised Statutes 1992, Ch. 48, Par. 39S-1, et seq. The College agrees to notify the Bidder or subcontractor of any such claim, demand, lien, or suite involving the Prevailing Wage Act. Bidder shall abide by the Illinois Preference Act. Bidder further agrees that it shall keep accurate records of all laborers, etc. employed by it and request same of all subcontractors, and shall keep a record of hours worked and wages paid as required by the Prevailing Wages Act of the State of Illinois. Certified payroll information shall be submitted monthly, in person, by mail or electronically of each person who does work on said project to the College. The certified payroll shall consist of a complete copy of the records for all laborers, mechanics, and other workers employed on the project. Records shall include worker s name, address, telephone number, social security number, classification or classifications, the hourly wages paid in each pay period and number of hours worked each day. PERIOD OF FIRM BID/PROPOSAL Proposals shall be considered to be firm for a period of one hundred twenty (120) days from the date of the proposal opening. EXECUTION OF PROPOSAL/BID In order to provide for increases or decreases in the quantity specified, because of changes in requirements or conditions, respondents are encouraged to indicate both unit costs and total amounts where applicable. In the event that the respondent does not supply unit costs (if applicable), it shall be assumed that the unit cost is the total cost divided by the quantity specified. Failure to indicate unit costs shall not result in a technical disqualification Lawn Tractor/Mower 5

6 AWARD OF ORDER The College reserves the right to divide the award of orders for the items listed on this bid schedule if the best interest of the College is so served in so doing and/or if the award is applicable to a divided award. If a divided award is not acceptable to the respondent, the respondent must so state on the submitted bid. FREEDOM OF INFORMATION ACT By submitting a bid or otherwise responding in any way to this request for bids, proposals, or qualifications, the respondent acknowledges the following: 1. This public body is subject to the Freedom of Information Act, 5 ILCS 140/1, et seq. ("FOIA"), and any and all information submitted by the bidder to this public body is subject to disclosure to third parties in accordance with FOIA. 2. If the bidder intends for the public body to withhold the bidder's trade secrets, commercial information, or financial information from disclosure to a third party in response to a FOIA request, the bidder must include with its bid submittal a written notification specifically identifying such information, along with a statement that disclosure of such information will cause competitive harm to the bidder, as provided by FOIA Section 7(1)(g), 5 ILCS 140/7(1)(g). Any content not so marked by the bidder at the time of bid submittal will be presumed to be open to public inspection. The bidder may be required to substantiate the basis for its claims at a later time. 3. Notwithstanding timely notice received from a bidder in accordance with Section 7(1)(g), the public body reserves the right, in its sole discretion and subject only to applicable law, to withhold or release the subject information in response to a FOIA request. DELIVERY Delivery must be made as specified on bid specifications. If delivery date is not specified, usual and customary delivery shall be thirty (30) days from the receipt of order. Vendors must notify the Director of Business Services when this delivery schedule cannot be met. TOXIC SUBSTANCES Where applicable all Respondents shall comply with the TOXIC SUBSTANCE DISCLOSURE TO EMPLOYEES ACT, of the State of Illinois (P.A ), effective January 1, 1984 and provide SAFETY DATA SHEETS as requested. OSHA CODES Respondents shall comply with all OSHA codes. CONTINGENT PROPOSALS Respondent shall not make its Proposal contingent upon the College s acceptance of specifications or contract terms that conflict with, or are in addition to, those in this Request for Proposal, its Exhibits, Appendices, or Addenda Lawn Tractor/Mower 6

7 PREVAILING LAW Agreements arising from this Invitation to Bid shall be governed by and construed in accordance with the laws of the State of Illinois. Contractual Agreement and Term. Any Contract arising from this RFP action shall commence on the date the Contract is executed on behalf of Rock Valley College, or such other date as the College and the Contractor shall agree Lawn Tractor/Mower 7

8 MINIMUM INSURANCE REQUIREMENTS The undersigned Contractor/Vendor or User of College Campus Facilities shall purchase and maintain the following insurance coverages with carriers with a Bests Financial Rating not less than A, XII to which Rock Valley College has no reasonable objection. A Contractor/Vendor or User shall furnish a certificate of insurance to Rock Valley College prior to the commencement of any work covered by this, or any resulting, contract or purchase order, as evidence that all requirements of this addendum have been complied with. The certificate shall also contain a provision that the coverages afforded under the policies required shall not be cancelled or allowed to expire unless 60 days prior written notice has been given to Rock Valley College. Failure on the part of the Contractor/Vendor or User to maintain coverage as required shall constitute a default and entitle Rock Valley College, at its sole option, to either terminate the contract or procure replacement coverage and offset the cost against any money due the Contractor/Vendor or User. Coverages, whether written on occurrence or claims made, shall be maintained without interruption from the date of commencement of work/event until the date of final payment and termination of any coverage to be maintained after final payment. o o WORKERS COMPENSATION/EMPLOYERS LIABILITY: $500,000 per accident $500,000 disease, policy limit $500,000 disease, each The policy will be endorsed showing a waiver of right of recovery form #WC or equi valent in favor of Rock Valley College. COMMERCIAL GENERAL LIABILITY: Coverage shall include premises operations, independent contractors, contractual liability, products and completed operations including broad form property damage, covering bodily injury and property damage or limits as shown below. Products and completed operations liability shall be maintained for two years after completion of the work performed under this Contract or Purchase Order. $1,000,000 each occurrence $2,000,000 general aggregate Policy shall be properly endorsed to show Rock Valley College as an Additional Insured. The policy shall also contain form #GL2503 showing the aggregate limits apply per project or GL2504 showing that the aggregate limit applies per location. 3. COMMERCIAL AUTOMOBILE LIABILITY: Coverage shall be written to include all owned, non owned, and hired automobiles covering bodily injury and property damage, including uninsured and underinsured motorist s coverage for limits as shown below. $1,000,000 combined single limit each occurrence OR $1,000,000 bodily per person, per occurrence and property damage per occurrence 4. UMBRELLA LIABILITY: The policy shall cover excess of Employers Liability, General Liability, and Automobile Liability with underlying limits as shown in items 1, 2, and 3 and shall also name Rock Valley College as an ADDITIONAL INSURED for the following limits. $1,000,000 each occurrence $1,000,000 general aggregate Lawn Tractor/Mower 8

9 5. PROFESSIONAL LIABILITY: Should this contract provide for Professional services, such as, but not limited to, Athletic Trainers, Sports Medicine, Counseling, Dental, Medical, Psychological, and Contractors, the vendor shall purchase and maintain Professional Liability coverage for the services to be rendered for limits not less than: $1,000,000 per claim or occurrence, $3,000,000 aggregate The vendor shall furnish Rock Valley College a certificate of insurance as evidence of coverage, in addition to those coverages as required in paragraphs, 1, 2, and ENVIRONMENTAL LIABILITY COVERAGE: Should this Contract provide for services in connection with the removal, or disposal of hazardous wastes the Contractor/Vendor or User shall furnish proof of Environmental Liability coverage showing the following limits: $5,000,000 each incident $5,000,000 general aggregate The policy shall name Rock Valley College as an ADDITIONAL INSURED. The policy shall be endorsed showing that aggregate limits apply per project or location. Should any of the above policies be written on a claims-made basis, the policy date or retroactive date shall predate the contract. The Additional Insured provisions as contained in paragraphs 2, 4, and 6 shall be maintained for a period of not less than five years after the expiration and or nonrenewal of this Contract. The termination date of the policy or applicable extended reporting period shall be no earlier than the termination date of coverages required to be maintained as shown above. INDEMNIFICATION: The Contractor/Vendor or User shall indemnify and hold harmless Rock Valley College as Board of Trustees, Representatives, Employees and Agents from any claims, demands or liabilities, including attorney's fees arising out of the performance of this contract and/or purchase order including, but not limited to, claims arising out of or related to environmental protection matters related to the disposal (including method thereof) of garbage, trash, refuse or other material generated by Rock Valley College and transported by or disposed of by Contractor/Vendor or User pursuant to this Contract; or arising out of or related to Contractor's/Vendor's or User's choice of site or sites for disposal. I have read and understand these requirements. CONTRACTOR/VENDOR/USER Authorized Representative (please initial and return with your response to indicate having read these requirements) Lawn Tractor/Mower 9

10 SPECIFICATIONS The preceding information is the standard boiler plate for all Rock Valley College (RVC) request for qualifications, proposals, and bids. This Request for Proposal does not utilize all the components outlined in the boiler plate. The College is seeking to replace aged or obsolete lawn maintenance equipment with a single piece of equipment that meets or exceeds the following specifications. Equipment must be new and not refurbished or remanufactured, with full manufacturer warranty. Desired Features All-wheel drive Total cutting width of 192 Auto-leveling Zero-turn is desired Diesel engine Overhead canopy/sunshade Adjustable seat with vibration reduction Road lights Brake lights Signal/flasher SMV sign No flat tires on mowing decks are desired User manual Extra keys Proposals should also outline optional add-ons that are available for your offering. Training The College desires initial operator training be provided to a small group of grounds staff. Maintenance and Support It is desired that the awarded vendor have the capacity to support and repair the equipment. The vendor will be the single point of contact for any warranty issues. Please note in your response if the process for obtaining warranty service differs from these specifications. Pricing A detailed pricing proposal should be submitted which breaks out the base equipment, all options, delivery charges (if any), and any training costs, as specified in this document Lawn Tractor/Mower 10

11 Response Content Responses must contain sufficient detail to enable the College s evaluation team to determine the merits of the responding company/firm, the proposed system, and proposed project staff. Please avoid submitting marketing materials which do not explicitly respond to the specifications and questions outlined in this RFP. Responses are required to address all elements requested in these specifications. Letter of Interest. This cover letter serves as an introduction to your submittal and shall be signed by a person with authority to bind your firm. Experience. Describe your firm s experience in providing similar goods/services to those requested in this document. Specifications. Proposals shall include a listing all of the following items: o Engine o Powertrain o Cooling System o Fuel System o Hydraulics or Belt Drives o Electrical System o Diagnostic system or connections o Cutting Decks cutting width of each deck and configuration o Speed including mowing speed and transport speed o Production rate typical area mowed per hour o Tires/Wheels o Details regarding Controls/Instrumentation/Steering o Operator Platform o Lighting o Mirror options o Fuel capacity o Thickness of deck walls o Overall Dimensions & Weight Options. Please provide specifications and pricing for the following options: o Leaf mulching kit o All-weather cab with mirror options o Parts book Training. Outline your plan for training of College staff on operation. Sample training handouts are desired. Note if a training video is available from the manufacturer (link to online source is sufficient). o Please note if annual refresher training is available, including the cost, if any. Pricing. A detailed pricing proposal should be submitted which breaks out all requested or proposed equipment, software, licensing, installation, training, and services costs Lawn Tractor/Mower 11

12 Warranty. Proposals should provide details for obtaining support. This should include availability of part, the location of your parts warehouse, and the location of your maintenance center. Please also note if a loaner unit is available when the proposed unit is down for extended repairs. o Please also note if service bulletins can routinely be forwarded on the College. Delivery. Please state the anticipated delivery timeframe from receipt of order. This will be part of the College s evaluation of proposals. References. Provide three client references where you provided services similar to the work being described herein, including: client name, contact personnel, address, phone number, e- mail address, and both the date and description of services provided. Preference is for services provided within the last five years. Other Considerations. Summarize any other points you would like the College to consider in its evaluation of your response. What makes your firm unique? EVALUATION Responses will be evaluated on the response content, with focus on the points noted below. A selection committee will review the submittals and rank submission using a scoring matrix. Specifications of proposed equipment. Pricing. Delivery. Warranty and support. Experience and reliability of vendor. References. Best fit for the College. Award of Contract A proposer to whom a contract is awarded shall be required to enter into a written contract with the College in a form approved by legal counsel for the College. This RFP and the submitted proposal, or any part thereof, may be incorporated into and made a part of the final contract. The College reserves the right to negotiate the terms and conditions of the contract with the selected vendor. General Submissions must have one physical copy and one electronic version on either CD or flash drive. Responses to the Invitation to Bid must be in accordance with the terms and conditions outlined in this document. The sealed responses should be sent to the Business Services Department. Any request for interpretation or clarification of any documents included in this package or on the RVC website shall be submitted in writing and mailed or ed to Michael Papp, Director Lawn Tractor/Mower 12

13 of Business Services. All discussion about this bid should only be with the Director of Business Services. Key contact information for Mr. Papp: Telephone: Fax: Rock Valley College reserves the right to accept or reject any and all bids or proposals, to waive technicalities, or to accept any item of any bid. Nothing in this document shall require nor implies that the College will proceed with obtaining the goods or services described herein. Anticipated Timeline 06/16/18 RFP released 06/26/18 Proposals Due 07/29/18 Initial Evaluation Complete 07/24/18 Approval of Award by Board of Trustees 07/25/18 Purchase Order Issued Lawn Tractor/Mower 13

14 REFERENCES (Attachment A) Provide at least three (3) customer references for similar projects. Inclusion of at least one educational or municipal client is preferred. Provide performance results. COMPANY ADDRESS CITY, STATE, ZIP CONTACT PERSON TELEPHONE SERVICES PROVIDED COMPANY ADDRESS CITY, STATE, ZIP CONTACT PERSON TELEPHONE SERVICES PROVIDED COMPANY ADDRESS CITY, STATE, ZIP CONTACT PERSON TELEPHONE SERVICES PROVIDED Lawn Tractor/Mower 14

15 Rock Valley College RFP # Lawn Tractor/Mower The undersigned hereby certifies the following: I am authorized to sign this Submittal and make these representations on behalf of the Respondent and understand all the provisions and conditions set forth in this RFP; Respondent certifies that their company has an Equal Employment Opportunity and Affirmative Action Program which complies with Executive Order 11246, the Vietnam Era Veterans Readjustment Assistance Act of 1974 and the Rehabilitation Act of 1973 and be in compliance with the Human Rights Act and all rules and regulations thereunder; Respondent acknowledges that Rock Valley College has the right to make any further inquiry it deems appropriate to substantiate or supplement information supplied; Respondent bears all costs associated with the preparation and submission of this Submittal; Respondent is licensed to perform services in Illinois; Respondent has provided their Federal Employer Tax Identification Number; Respondent and all subcontractors will comply with all provisions of the Illinois Prevailing Wages Act when applicable; Respondent further certifies that their company is eligible for bidding on public contracts, and is not in violation of either paragraph 33E3-3 or 33E-4 of Public Act , 720 ILSC; Respondent has not filed bankruptcy in the past seven (7) years; Lawn Tractor/Mower 15

16 RFP # Lawn Tractor/Mower Response Submitted By: Name of Individual/Partnership/Corporation/Company/Entity Name of Preparer (print) Title Signature Date Attesting Signature (Required) Title Business Address City State Zip Telephone Number FAX Number Preparer Federal Employee Identification Number (FEIN) Notices: Rubber-stamped or typed signatures will disqualify your proposal. This page must be completed and submitted as part of your proposal Lawn Tractor/Mower 16

2:00 P.M. Prevailing Time; May 18, 2017; in the office of Business Services, Support Services Building, Room 1306.

2:00 P.M. Prevailing Time; May 18, 2017; in the office of Business Services, Support Services Building, Room 1306. 3301 N Mulford Road, Rockford, IL 61114-5699 (815)921-7821 Toll-free (800)973-7821 www.rockvalleycollege.edu BID/RFP NUMBER: #17-18 Michael Papp Director of Business Services Rock Valley College 3301 N

More information

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

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

More information

INSTRUCTIONS TO VENDORS

INSTRUCTIONS TO VENDORS REQUEST FOR PROPOSAL MANAGED PRINT SERVICES FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2018-P05 May 29, 2018 Illinois Valley Community College District No. 513 (the College) is accepting sealed

More information

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

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

More information

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

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

More information

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

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

More information

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

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

More information

RFP for Fiber Optic Wide Area Network Services for the Wilmette School District 39, Wilmette, Illinois

RFP for Fiber Optic Wide Area Network Services for the Wilmette School District 39, Wilmette, Illinois RFP for Fiber Optic Wide Area Network Services for the Wilmette School District 39, Wilmette, Illinois Submitted by: Jerry Steinberg February 3, 2017 The Wilmette School District 39 with its district office

More information

Bulk CO2 Tank and Fill Box

Bulk CO2 Tank and Fill Box LEGAL NOTICE - MUST RUN IN SOUTHTOWNSTAR FRIDAY FEBRUARY 10, 2012 LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS Bulk CO2 Tank and Fill Box The Village of Orland Park, Illinois will

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

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

More information

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

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

More information

Request for Bid/Proposal

Request 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 information

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

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the removal of wood waste for the Forestry Division Instructions to Bidders 1. An advertisement

More information

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

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

More information

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

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

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

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

More information

St. George CCSD #258

St. 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 information

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

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

More information

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

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

More information

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services Issue Date: March 23, 2018 Proposals Due Date: April 19, 2018 Optional Walk through: April 10, 2018 Interviews: April 25 and 26, 2018 RFP Coordinator: Amy James Director of Business Services Room # 1123

More information

BID DOCUMENTS FOR. WTP VFD Replacement Bid

BID DOCUMENTS FOR. WTP VFD Replacement Bid BID DOCUMENTS FOR WTP VFD Replacement Bid CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 18, 2018 NOTICE TO BIDDERS WTP VFD REPLACEMENT BID FOR THE CITY OF OWOSSO, MICHIGAN Sealed proposals

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

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

More information

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

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

More information

Request for Proposal Data Network Cabling

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

More information

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

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

More information

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

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

More information

DEBT COLLECTION SERVICES RFP

DEBT COLLECTION SERVICES RFP Page 1 DEPARTMENT OF FINANCE PURCHASING DIVISION MARGARET E. MCEVILLY mmcevilly@jolietcity.org CITY OF JOLIET ADDENDUM NO. 1 DEBT COLLECTION SERVICES RFP 2266-0717 THE ATTENTION TO ALL PROSPECTIVE PROPOSERS

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

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

More information

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015 CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015 OWNER: City of Des Plaines 1420 Miner Street Des Plaines, Illinois 60016 Owner will receive sealed proposals

More information

REQUESTS FOR PROPOSALS

REQUESTS FOR PROPOSALS REQUESTS FOR PROPOSALS Consulting Services for the Village of Oswego to Complete a Software Needs Assessment Village of Oswego 100 Parkers Mill Oswego, IL 60543 Proposals must be submitted by Thursday,

More information

Vertical Milling Machine

Vertical Milling Machine January 17, 2008 ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT #513 815 North Orlando Smith Road Oglesby, Illinois 61348 Vertical Milling Machine - Bid # PR-08-09 (IVCC) is accepting sealed bids for a vertical

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

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

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

More information

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

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST FOR PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH NEIGHBORHOOD STABILIZATION PROGRAM 3 ( NSP 3 ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

W I T N E S S E T H:

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

More information

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

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

More information

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309) CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the upgrade of the existing A/V System for the City of Galesburg, Illinois Instructions to

More information

Proposal No:

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

More information

West Ridge Park Ballfield Light Pole Structural Assessment

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

More information

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

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

More information

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

Request for Proposals. Land Surveying Services RFP: CD-RFP-002 BIDDERS NOTE: Prevailing wage does not apply. Certified payrolls not required

Request for Proposals. Land Surveying Services RFP: CD-RFP-002 BIDDERS NOTE: Prevailing wage does not apply. Certified payrolls not required Alex Mills Request for Proposals Land Surveying Services RFP: CD-RFP-002 BIDDERS NOTE: Prevailing wage does not apply Certified payrolls not required RFP opening Monday, March 28th at 2:00 PM at City Hall

More information

Request for Proposal CNC Mill For the Rockville High School

Request for Proposal CNC Mill For the Rockville High School Request for Proposal CNC Mill For the Rockville High School Vernon Public Schools, Connecticut BID # VPS-FY15-004 Inquiries: Ms. Nicole Fillion Grant Writer 30 Park Street Vernon, CT 06066 nfillion@vernon-ct.gov

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

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

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

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

More information

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

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

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS For Real Estate Brokerage Services for the Global Center for Health Innovation FIRSTMERIT CONVENTION

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

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

More information

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

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE FACILITIES PROFESSIONAL OR TECHNICAL CONSULTANT MASTER CONTRACT FOR ARCHITECTURAL, OWNER REPRESENTATIVE, REAL ESTATE, AND OTHER

More information

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

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

More information

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID BID DOCUMENTS FOR 2018-2019 SAND, GRAVEL & LIMESTONE BID CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 June 11, 2018 NOTICE TO BIDDERS 2018-2019 SAND, GRAVEL & LIMESTONE BID FOR THE CITY OF

More information

City 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 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 information

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

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

More information

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

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

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1 TELEPHONE: 620/694-1970 OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO. 15-149 ADDENDUM NO. 1 July 22, 2015 TO ALL PROSPECTIVE BIDDERS: The Bid Documents for the Bid 15-149, are hereby amended

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

CCIP ADDENDUM. Blasting or any blasting operations;

CCIP ADDENDUM. Blasting or any blasting operations; CCIP ADDENDUM 1. Overview. The Contractor has arranged with Aon Risk Services South, Inc., (the CCIP Administrator ) to be insured under its Contractor Controlled Insurance Program ( CCIP ). The CCIP is

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

RFP GENERAL TERMS AND CONDITIONS

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

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL SKOKIE-MORTON GROVE SCHOOL DISTRICT 69 REQUEST FOR PROPOSAL Skokie-Morton Grove District 69 will accept sealed proposals for: Audit Services Submit your proposals to the attention of: Mr. Justin Attaway,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST

More information

INVITATION TO BID (ITB)

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

More information

Request for Qualifications

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

More information

Request For Proposal (RFP) for

Request For Proposal (RFP) for Charter Township of Canton Request For Proposal (RFP) for DIGITAL MEDIA AND AUDIO VISUAL SERVICES Contact: Dave Harris Phone: 734 394-5274 E-mail: dave.harris@canton-mi.org Date Issued: 5/24/2018 Due Date

More information

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

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

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

More information

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

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

More information

Cheyenne Wyoming RFP-17229

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

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

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

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

More information

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS

More information

General Conditions For Bidding on Construction Contracts with

General Conditions For Bidding on Construction Contracts with A Guide to the General Conditions For Bidding on Construction Contracts with Southern Illinois University Carbondale Revised October 2013 GENERAL CONDITIONS Table of Contents Article 1. Bid Documents Page

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

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT BID DOCUMENTS FOR STRYKER POWER-PRO XT COT CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 1, 2016 NOTICE TO BIDDERS STRYKER POWER-PRO XT COT FOR THE CITY OF OWOSSO, MICHIGAN Bids will

More information

.z:> By: Dan Tadic, P.E. Acting Public Works Director

.z:> By: Dan Tadic, P.E. Acting Public Works Director REQUEST FOR PROPOSALS SUPPLY OF HEAVY EQUIPMENT & OPERA TORS The City and Borough of Sitka will receive sealed proposals no later than 2:00:00 p.m. local time, Thursday, May 24, 2018 at the office of Public

More information

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

SMALL ORDERS TERMS AND CONDITIONS - BLANKET 1. COMPLIANCE WITH LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or

More information

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR

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

PERSONAL SERVICES CONTRACT

PERSONAL SERVICES CONTRACT PERSONAL SERVICES CONTRACT THIS CONTRACT is entered into on, 20 between the CITY OF BERKELEY ( City ), a Charter City organized and existing under the laws of the State of California, and ( Contractor

More information

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No Project Manual For HVAC REPACEMENT Quitman County Schools Project No. 16030 Construction Documents 28 April 2016 One Jackson Place, Suite 250 188 East Capitol Street Jackson, Mississippi 39201 D B PN

More information

GENERAL TERMS AND CONDITIONS

GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS The following terms and conditions apply to all contracts or purchase agreements made with The College of New Jersey unless specifically deleted on this form. Vendors submitting

More information

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT Sealed proposals, addressed to the Supervisor of Purchases, City of Middletown, Room 112, Municipal Building, Middletown, Connecticut, 06457 will be received

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

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

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

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

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

More information

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CITY OF OAK HARBOR REQUEST FOR PROPOSAL CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February

More information

Public Notice Procedure

Public Notice Procedure REQUEST FOR QUALIFICATIONS - DESIGN ENGINEERING SERVICES PHASE 3 CONSTRUCTION RESIDENT ENGINEER SERVICES NORTH MAIN STREET BETWEEN SEMINARY AVENUE AND COLE AVENUE Public Notice The City of Wheaton is seeking

More information