Town of Islip Housing Authority Bid Specifications Waste removal
|
|
- Samson Weaver
- 5 years ago
- Views:
Transcription
1 Town of Islip Housing Authority Bid Specifications Waste removal THE TOWN OF ISLIP HOUSING AUTHORITY is hereby soliciting proposals for the collection, removal and disposal of all solid waste from its four (4) senior citizen housing complexes, one (3) unit complex and one (1) family housing complexes, based upon the following specifications, and located as follows: (a) Ockers Gardens, 963 Montauk Hwy, Oakdale, NY (b) Penataquit Village, 103 Mill Pond La, Bay Shore, NY (c) Allyn P. Robinson Village, 600 Allyn La, Central Islip, NY (d) South Wind Village, 6 Smith Ave, Bay Shore, NY (Seniors) (e) South Wind Village, 6 Smith Ave, Bay Shore, NY (Family) 100 Units 134 Units 100 Units 16 Units 10 Units NOTE: Items (a) thru (d) are serviced with dumpsters. Item (e) is normal curbside service. A Bidders Conference will be held in our Main Office, located at 963 Montauk Highway, Oakdale, NY at 10am on October 14, Sealed Bids, clearly marked WASTE REMOVAL BID are due at the same location on October 26, 2015 at 10am. Late Bids will not be accepted. GENERAL CONDITIONS: 1. The term of the contract shall be for a period of five (5) years commencing on December 1, 2015 and running through November 30, Payments to be made on a monthly basis to the contractor by the Housing Authority upon receipt of properly prepared invoice. 2. The contractor shall collect, remove and properly dispose of all solid waste and recycling material as described in these specifications from the Housing Authority complexes described in accordance with all applicable local, state and federal laws and ordinances. 3. Contractor shall supply NEW (not refurbished) 6-yard, slant, top load dumpsters as specified below, (with the exception of the container for Southwind Village (Seniors) which shall be a 2-yard, slant, top load container) for the collection of solid waste at the following locations: a) Three containers at Ocker s Gardens, Oakdale, NY; b) Four containers at Allyn P. Robinson Village, Central Islip, NY; c) Five containers at Pennataquit Village, Bay Shore, NY; d) One container at Southwind Village (Seniors), Bay Shore, NY. Contractor will provide all dumpsters with a light, easily manipulated cover (molded rubber or plastic) two piece top with vertical split in the middle, such that senior tenants can easily open lid to dispose of solid waste. Or the top can have a smaller opening lid in the middle made of the same molded plastic. (see Ockers Drive dumpster located at end of Building three for sample) 4. Contractor shall supply brand new (not refurbished) 2-yard slant, top load dumpsters (as specified below) for the collection of recyclables at the following locations: a) Three containers at Ocker s Gardens, Oakdale, NY;
2 b) Three containers at Allyn P. Robinson Village, Central Islip, NY; c) Five containers at Pennataquit Village, Bay Shore, NY; d) One container at Southwind Village (Seniors), Bay Shore, NY. Contractor will provide all dumpsters with a light, easily manipulated cover (molded rubber or plastic) two piece top with vertical split in the middle, such that senior tenants can easily open lid to dispose of solid waste. All recycling dumpsters are to be painted a color differentiating them as being for recycling only. Color to be selected by the TOIHA designated as RED. 5. Collections for dumpsters shall be made a minimum of once a week between 6:00 AM and 5:00 PM, on mutually agreeable day at the senior citizen complexes; and curbside pickup twice a week on mutually agreeable days at the family complexes. Recycling pickups shall be every Wednesday in order to conform to the Town of Islip Recycling Schedule. When a legal holiday falls on a collection day, contractor shall perform the collection on the next business day. 6. Contractor shall comply with the recycling program of the Town of Islip and with any reasonable modifications thereof for the family units at Southwind Village. 7. From time to time, there are instances where bulk items are placed in the waste collection areas as our tenants (or their families) vacate their apartments. It is stipulated that there shall be no limit on either the number of bulk pickups requested, or on the amount of bulk waste to be collected, removed and disposed of under this contract. It is further stipulated that the Contractor shall absorb all costs for pickup and disposal of all bulk pickup items. However, it is the responsibility of the Housing Authority to notify the contractor when and where bulk waste (furniture, mattresses etc.) must be picked up. For reference purposes only, historically, there may be one to two bulk items per month if using available knowledge and an estimate of the frequency incurred during the last contract period. 8. Contractor shall collect, remove and dispose of all solid waste in a manner which will not create odors or litter and will make every effort possible to prevent solid waste from spilling. Should such spillage occur, contractor will clean up and dispose of same. 9. Contractor shall maintain the dumpsters in good repair for the life of the contract. Boxes shall be kept in a sanitary condition and painted as needed. The area surrounding the boxes to be maintained by the contractor and must be kept free from debris and spillage. 10. The Contractor shall, at its own cost and expense, comply with all applicable laws, rules and regulations, including not limited to, those governing the inspection and licensing of equipment used in the performance of this contract, and the Town of Islip solid waste ordinances. Contractor shall also pay all fees required to perform the work hereunder, including but not limited to, fees for licenses and permits, tipping fees, transfer fees and all disposal charges. 11. It is understood and agreed that the work to be performed hereunder shall not be subcontracted or assigned without the prior written approval of the Town of Islip Housing Authority, except in the case of an equipment breakdown or other emergency. 12. The parties agree that a total of three hundred fifty (350) senior housing units located within four (4) separate areas of the Town of Islip and ten (10) family units located in one (1) facility, will be required to be serviced under this contract. 13. All solid waste and recycled material picked up at Town of Islip Housing Authority sites shall be delivered to an approved Town of Islip Resource Recovery approved site.
3 14. Solid waste and recycling containers shall be painted differing colors and clearly labeled Solid Waste and Recycling Only, respectively. 15. The TOIHA shall notify its residents about the necessity to keep all garbage lanes clear of any obstacles which may impede the Contractor s ability to collect the garbage and/or the recyclables. There shall be No Parking signs posted at each dumpster location. Residents will be further informed not to throw plastic bags or garbage into the recycling dumpster. COMPENSATION: Upon successful completion of each service request, the Contractor will provide a detailed invoice to the TOIHA. Once the invoice is received and verified, payment will be made within 21 days. Contractors invoice must provide date service was performed with start and completion times, specific location work took place, itemized parts list including make & model of hardware, number of labor hours used along with name(s) of technicians performing work. WARRANTY CLAUSE: The contractor shall provide a warranty for all labor and materials for a minimum period of 90 days from the completion of the service. In the case of parts, if the original manufacturers warranty term is longer, it shall prevail. Any additional repairs required during the 90 day period will be at the expense of the contractor, including parts. REQUIRED INSURANCES & DOCUMENTATION: Additional Insured & Waiver of Subrogation in Favor of: Town of Islip Housing Authority 963 Montauk Highway Oakdale, New York Town of Islip Housing Authority is listed as Additional Insured including Products Completed Ops, on a Primary Non-Contributory Basis on the General Liability & Auto Liability. A Waiver of Subrogation in favor of Town of Islip Housing Authority must be included on the General Liability, Auto Liability & the Workers Comp. Liability must be at least $6,000,000 which can be satisfied with a combination of General Liability and Excess if needed. General Liability $1,000,000/$2,000,000 Limits Auto Liability $1,000,000 Limits Excess Liability $5,000,000 Workers Comp. $500,000/$500,000/$500,000 CGL AI forms must be ISO CG or Equivalent Prior to commencement of any work under this Contract and until completion and final acceptance of the work; the Contractor shall, at its sole expense, maintain the following insurance on its own
4 behalf, and furnish to the Owner and the General Contractor, certificate of insurance evidencing same and reflecting the effective date as such coverage as follows: A. Worker s Compensation and Occupational Disease Insurance in accordance with the law or laws; Employer s Liability Insurance. This includes sole proprietorships and officers of corporations who will be performing work on the job. B. Commercial General Liability with a combined Bodily Injury and Property Damage limit of not less than One Million ($1,000,000.00) dollars per occurrence and Two Million ($2,000,000.00) dollars per aggregate. C. The aggregate must be applicable on a per project basis. Coverage must include the following perils: 1. Broad Form Blanket Contractual Liability for liability assumed under this Contract and all other Contracts relative to the project. 2. Completed Operations/Product Liability. 3. Broad Form Property Damage. 4. Personal and Advertising Injury Liability. 5. Independent Contractors. 6. A copy of the blanket additional insured endorsement should be attached. In the absence of such, endorsements must be finished reflecting the inclusion of the interests of Town of Islip Housing Authority, their officers, directors, partners, representatives, agents and employees, and naming each as an Additional Insured on a primary and contributory basis. 7. Coverage is to be endorsed to reflect that insurance is to be primary with the respect to any other collectable insurance, for the Town of Islip Housing Authority. 8. Coverage is to be provided on an occurrence basis with carries licensed to do business in the State of New York or otherwise acceptable to the Town of Islip Housing Authority. 9. A copy of the policy and/or endorsement(s) and any other documents required to verify such insurance are to be submitted with the appropriate certificate(s), or upon the request of the Town of Islip Housing Authority. Failure to provide these documents is not to be construed as a waiver of the requirements to provide such insurance. D. Umbrella Liability of at least $5 Million to include coverage for both General Liability and Automobile Liability. E. Commercial Automobile Liability Insurance covering the use of all Owned, Non- Owned, and Hired vehicles with combined Bodily Injured and Property Damage Limit of at least One Million ($1,000,000.00) Dollars. F. The above insurances shall each contain the following wording verbatim: Town of Islip Housing Authority is interested in the maintenance of this insurance and it is agreed that this insurance will not be cancelled, materially changed or not renewed without at least a thirty (30) day advance written notice to the Town of Islip Housing Authority by certified mail return receipt requested. G. The amount of insurance contained in the aforementioned insurance coverages shall not be construed to be a limitation of the liability on the part of the Contractor or any of its Subcontractors. H. The Contractor shall file certificate of insurance prior to the commencement of work with the Owner and their Insurance broker which shall be subject to the Owner and
5 their broker s approval of adequacy of protection and the satisfactory character of the Insurer. I. Any type of insurance or any increase of limits of liability not described above which the Contractor requires for its own protection or on account of statute shall be its own responsibility and its own expense. J. The carrying of the insurance described shall in no way be interpreted as relieving the Contractor of any responsibility of liability under this Contract. K. Should the Contractor engage a Subcontractor, the same conditions will apply including but not limited to the insurance requirements included in this contract. In addition any Subcontractor engaged by any Contractor must be approved by the Town of Islip Housing Authority & General Contractor prior to performing any work. L. Waiver of subrogation: Subcontractor hereby waives all rights of subrogation against the Town of Islip Housing Authority with respect to losses, claims or costs arising out of or in connection with the work. The waiver of subrogation will be required on both General Liability and Workers Compensation. HOLD HARMLESS: To the fullest extent permitted by law, Contractor will indemnify and hold harmless. Town of Islip Housing Authority, their officers, directors, partners, representatives, agents and employees from and against any and all claims, suits, liens, judgments, damages, losses and expenses, including legal fees and all court costs and liability (including statutory liability) arising in whole or in part and in any manner from injury and/or death of person or damage to or loss of any property resulting from the acts, omissions, breach or default of Contractor, its officers, directors, agents, employees and subcontractor, in connection with the performance of any work by or for Contractor pursuant to any contract Purchase Order and/or related Proceed Order, except these claims, suits, liens, judgments, damages, losses and expenses caused by the negligence of the Contractor. Contractor will defend and bear all costs of defending any actions proceeding brought against them and the Owner, their officers, directors, agents and employees, arising in whole or in part out of any such acts, omission, breach or default. The foregoing indemnity shall include injury or death of any employee of the Contractor or Subcontractor and shall not be limited in any way by an amount or type of damage, compensation, or benefits payable under any applicable workers compensation, disability benefits or other similar employees benefit act Contractor must provide proof of Licensed Contractor, as well as any other licenses or certifications which may be required by Federal, State or Local jurisdictions. Contractor shall provide 3 written references as part of their bid submission package for similar projects completed within the last 3 years. Contractor shall complete and submit HUD Form 2992 to certify that the firm is not currently Debarred or Suspended from participating in federally funded projects. Contractor will provide a listing of all principals in the company in order for the TOIHA Board to rule out any potential conflicts of interest.
6 Contractor is responsible to secure and make payment for any permits required and all inspections necessary to complete this contract. Section 3 Required Contract Language A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. B. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. C. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. D. The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. E. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. F. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. G. With respect to work performed in connection with section 3 covered Indian housing assistance, section 7(b) of the Indian Self-Determination and Education Assistance Act
7 (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). TERM OF AGREEMENT: It is anticipated that the contract shall run from December 1, 2015 to November 30, Sealed bids are to be clearly labeled WASTE REMOVAL BID and mailed or delivered to the Contract Division, Town of Islip Housing Authority, 963 Montauk Highway, Oakdale, NY on or before October at 10:00 AM at which time all bids will be opened and read aloud.
8 Town of Islip Housing Authority FORM OF BID SUBMISSION Waste Removal Services Name of Firm Contact Person Address Office Phone # Cell Phone # The undersigned acknowledges that he/she has visited the project sites, has thoroughly familiarized himself with all the project conditions and has thoroughly reviewed the bid specifications and documents and any and all addenda thereto. Bidder acknowledges that bids submitted shall be effective and may not be withdrawn for a period of thirty (30) days following the date of bid opening. In submitting this bid, the bidder understands that the right is reserved by the Islip Housing Authority to reject any or all bids. The Islip Housing Authority reserves the right to accept any alternates in determining the lowest responsible bidder. Bidder is directed to submit prices for each year of the Base Bid. BASE BID Contractor shall provide weekly garbage and recyclable pickup and disposal to the complexes listed in Table I in accordance with the terms and specifications in the attached bid package for a term of 5 years from the date of Contract signing. Contractor shall provide brand new (not refurbished) 6-yard and 2-yard dumpsters as per the attached specifications. Contractor agrees to as-needed bulk pickups as described in the specifications at no additional cost to the Islip Housing Authority. Basic Services (12/ /2016) Numerical Written amount Basic Services (12/ /2016) Basic Services (12/ /2016) Basic Services (12/ /2016) Basic Services (12/ /2016) Option A-Optional services-per trip additional dumpster pick up/emptying (The TOIHA would call Contractor and request a special pick up if needed) Option A Price per dumpster per pick up$ ( )
9 Sealed Bids are due before 10:00AM, Monday October 26th, 2015 at the Town of Islip Housing Authority,963 Montauk Highway, Oakdale, NY at which time all bids will be opened and read aloud. As part of their bid submission, the bidder will submit the following completed documents: HUD Form 5369-C Certifications & Representations of Offerors Non Constructions HUD Form Equal Employment Opportunity Certification HUD Form 2992 Certification Regarding Debarment or Suspension HUD Form Certification of Payments to Influence Federal Transactions TOIHA Non-Collusive Affidavit IRS Form W-9 Request for Taxpayer Identification & Certification TOIHA Business Self Certification Section 3 Contracting Complete listing of all company principals holding ownership in the company submitting the bid. Proof of required Insurances Required references Signature Title Date Printed Name Company Name
Company Name: Address: Date: OFFICAL SIGNATURE PRINT
Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The
More informationGENERAL DEMOLITION CONTRACTOR REQUIREMENTS FOR. [Date[ Bids Due 4:00 p.m.,, 20
Form XIII-11 GENERAL DEMOLITION CONTRACTOR REQUIREMENTS FOR [Date[ Bids Due 4:00 p.m.,, 20 Please note special reporting requirement for all properties labeled NSP2 (see p. 5) INSTRUCTIONS TO BIDDERS (PROJECT
More informationDEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM
PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,
More informationPROPOSAL LIQUID CALCIUM CHLORIDE
Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of
More informationHousing 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 informationCity of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)
City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal for Removal of Asbestos Materials October 30,
More informationNEW 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 information525 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 informationREQUEST 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 informationHOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract
HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract To Prospective Respondents: You are invited to submit a quote for the rehabilitation of the property listed
More informationREQUEST 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 informationSUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)
SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) The supplemental conditions contained in this section, if applicable, are intended to cooperate with,
More informationRequest for Quote Date: March 29, 2018
Request for Quote Date: March 29, 2018 FROM: City of Gainesville Attn: Theresa L. Dyer, Housing Coordinator Department: Community Development Telephone: 770-538-4944 P.O. Box 2496 Fax: 770-297-7826 Gainesville,
More informationLEGAL NOTICE REQUEST FOR QUALIFICATIONS. Broome County Multi-Jurisdictional All-Hazard Mitigation Plan Update
LEGAL NOTICE Broome County is seeking REQUEST FOR QUALIFICATIONS (RFQ) from all interested and qualified firms to provide professional services to the Broome County Department of Planning and Economic
More informationWESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT
SPECIFICATIONS AND BID FORMS FOR WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: #15-013 BOE Due on
More informationREQUEST 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 informationHobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)
Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY 14456 Request for Bids (RFB) Herbicide control of water chestnut in the Finger Lakes PRISM Region Release Date: May 11, 2018 Bid due date and
More informationINVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1
INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1 Sealed proposals will be received by the Commissioners of Thurmont, 615 East
More informationTOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S
TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos
More informationSTATEMENT 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 informationHOUSTON HOUSING AUTHORITY SECTION 3 REQUIREMENTS & COMMITMENT
Company Name: Name of Contact Person for Section 3 Commitment: Title: Contact Person E-Mail: HOUSTON HOUSING AUTHORITY SECTION 3 REQUIREMENTS & COMMITMENT Contact Number: Solicitation Title: Solicitation
More informationRequest for Proposals Parking Lot Services
Request for Proposals Parking Lot Services The St. Cloud Housing and Redevelopment Authority is accepting proposals from qualified individuals or firms to provide parking lot crack filling, seal coating
More informationRequest for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR
Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR-001-01-13 SUBMISSION DEADLINE: Friday, March 1, 2013 at 4:00 p.m. 1 Request for Proposals
More informationBonner Springs Housing Authority Request for Proposals Turnover Painting Services
Bonner Springs Housing Authority Request for Proposals Turnover Painting Services The Bonner Springs Housing Authority (BSHA) will accept Request for Proposals (RFP) for turnover painting services to assist
More informationADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE
ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the
More informationDocument A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum
Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and
More informationPROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS
CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS, REQUIRED INSURANCE and CALIFORNIA LABOR CODE REQUIREMENTS for PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS
More informationBAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor
BAY CITY HOUSING COMMISSION 315 14 th Street ~ Bay City, Michigan 48708 (989) 892-9581 fax (989) 892-5818 tdd (800) 545-1833 ext 561 Bid for Replacing Suspended Ceiling Panels at Maloney Manor The Bay
More informationCITY 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 informationCONSTRUCTION AGREEMENT
CONSTRUCTION AGREEMENT THIS AGREEMENT, made and entered into this First (1 st ) day of January, 2017 until December 31, 2017 by and between HABITAT FOR HUMANITY OF PINELLAS COUNTY, INC., hereinafter called
More informationRequest for Proposals Lawn Maintenance Services
Request for Proposals Lawn Maintenance Services The St. Cloud Housing and Redevelopment Authority is accepting proposals from qualified individuals or firms to provide Lawn Maintenance Services at 16 HRA
More informationWINDSOR 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 informationPROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES
Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of
More informationPROPOSAL GUIDE RAIL VEGETATION CONTROL
Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of
More informationINDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.
SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on
More informationDRY SWEEPING SERVICES AGREEMENT
DRY SWEEPING SERVICES AGREEMENT This DRY SWEEPING SERVICES AGREEMENT (this Agreement ) is made and entered into this day of, 200_ (the Effective Date ), by and between STANDARD PARKING CORPORATION, a Delaware
More informationINVITATION TO BID Retaining Wall
INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining
More informationWESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT
SPECIFICATIONS AND BID FORMS FOR WESTON SCHOOL DISTRICT BOILER CLEANING MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: # 17-002BOE_
More informationFATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006
FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively
More informationWest Hartford Housing Authority Request for Proposals (RFP) HQS Services
I. INTRODUCTION The West Hartford Housing Authority (WHHA) is seeking proposals from qualified Housing Quality Standard inspection firms (Proposers) to perform HQS inspections of its Housing Choice Vouchers
More informationLEAF 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 informationGALESBURG 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 informationGreat Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019
Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 A. Introduction Great Parks of Hamilton County (GPHC) is requesting proposals to apply mulch
More informationEXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants
EXHIBIT B Insurance Requirements for Environmental Contractors and/or Consultants Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons
More informationSAMPLE SUBCONTRACTOR AGREEMENT
SAMPLE SUBCONTRACTOR AGREEMENT This Agreement, as negotiated herein, is entered into by and between, Subcontractor and, Contractor on this day of, 20. Subcontractor,, agrees to provide the following described
More informationJune 11, To: Prospective Bidders,
June 11, 2015 To: Prospective Bidders, The College Hill Community Urban Redevelopment Corporation ( CHCURC ), a nonprofit in the City of Cincinnati, is currently administering a Façade Improvement Program
More informationRFP GENERAL TERMS AND CONDITIONS
RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00
More informationCONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION
CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION 1.1 General: The intent of these specifications is to provide the Town
More informationREQUEST 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 informationEL 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 informationSECTION IV CONTRACT BID NUMBER
SECTION IV CONTRACT BID NUMBER 171006 THIS AGREEMENT made and entered into this day of, 2017, between PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY (hereinafter called the "District") and, located at
More information(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.
To the Board of County Commissioners of Olmsted County, Minnesota: Bidders: In accordance with the advertisement of Olmsted County inviting proposals for the furnishing and application of dust control
More informationPUBLIC 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 informationAlabama State Port Authority
Alabama State Port Authority Requisition and Proposal Project Name Annual Litter Removal Event Project# 10378 Task # 1 1 P age To: Prospective Bidders Date: January 12, 2017 Please procure the following
More informationREQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES
REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES 1. GENERAL STATEMENT OF PURPOSE Scott County is soliciting proposals for the services of a qualified contractor to perform a general reassessment
More informationRequest 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 informationSAMPLE 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 informationContractor 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 informationGreater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402
Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor
More informationRequest 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 informationPROJECT MANUAL Residential Solid Waste, Trash, Recycling and Yard Waste Collections
PROJECT MANUAL 2018-2020 Residential Solid Waste, Trash, Recycling and Yard Waste Collections. This Proposal to be Publicly Opened and Read: May 2, 2018 Dated: April 4, 2018 Page 1 of 12 Subject: City
More informationENERGY EFFICIENCY CONTRACTOR AGREEMENT
ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State
More informationNEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)
Sealed proposals for:, will be received until 2:00 p.m., Wednesday, December 17, 2014, in the Purchasing Division,,, New Castle, DE 19720 (Telephone: 302-395-5250). Minority and Women-owned Business Enterprises
More informationP u b l i c N o t i c e F r a n c h i s e A w a r d. Ocean Pines Association, Inc. Ocean Pines, Maryland
P u b l i c N o t i c e F r a n c h i s e A w a r d R efuse and Recycling C o l l ection Ocean Pines Association, Inc. Ocean Pines, Maryland Bids for the award of an exclusive three-year franchise to collect
More informationBOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER
NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA
More informationLONE TREE SCHOOL BELL SYSTEM
WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL BELL SYSTEM PROPOSAL DUE DATE: NOVEMBER 16, 2010 1:00 p.m. The WHEATLAND SCHOOL DISTRICT wishes to attain a Bell system for its Lone Tree
More informationNovember 16 th, 2015
November 16 th, 2015 To: Prospective Bidders, The College Hill Community Urban Redevelopment Corporation ( CHCURC ), a nonprofit in the City of Cincinnati, is currently administering a Façade Improvement
More informationTRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS
TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS These Insurance & Indemnification Terms & Conditions ( Terms ) are hereby incorporated in and made a part of each and every written
More informationP.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]
P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES
More informationTRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS
TOWN OF QUEENSBURY TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS 2016 BID DOCUMENTS Notice to Bidders Instructions to Bidders Bid Proposal Affidavit of Non-Collusion Certification of Compliance
More informationADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services
ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,
More informationCOWLEY 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 informationSTANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION
STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION THIS AGREEMENT made at Columbus, Ohio on by and between Lincoln Construction, Inc., hereinafter referred to as the Contractor, and, hereinafter
More informationCHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS
CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER
More informationProposal packets are available online at or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA
REQUEST FOR PROPOSALS HVAC IMPROVEMENT PROJECT Sealed Proposals for the removal and replacement of the existing HVAC system at the Snohomish Health District to be completed by July 22, 2019 must be mailed
More informationSTATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office
STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is
More informationREQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an
REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES to perform an ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING CHOICE 24 C.F.R. 570.601 (a) (2) 24 C.F.R. 91.225 (a) June 27, 2011 ALL PROPOSALS ARE
More informationREQUEST 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 informationCOLORADO DEPARTMENT OF LOCAL AFFAIRS (DOLA) SECTION 3 PLAN (1/5/16) IS ATTACHED HERETO AND INCORPORATED HEREIN BY REFERENCE
Section 3 Clause 1. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (Section 3). The
More informationCOUNTY OF OSWEGO PURCHASING DEPARTMENT
COUNTY OF OSWEGO PURCHASING DEPARTMENT BID #4-10 - SALE OF FERROUS METALS County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Fred M. Maxon,
More informationSt. 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 informationPRODIGY. CONTRACTING GROUP INC. CommerCial residential industrial
Dear Subcontractor; Please find enclosed our Subcontractor Insurance/Hold Harmless agreement and Master Agreement for your signature and return. It is the company s policy and our insurance program s requirement
More informationNotice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.
KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at
More informationLONE TREE SCHOOL FLOORING REPLACEMENT
WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree
More informationAlabama State Port Authority
Alabama State Port Authority Invitation to Bid Project Name Alabama State Port Authority Portable Toilets & Service Contract BID PURPOSE AND REQUIREMENTS ALABAMA STATE PORT AUTHORITY PORTABLE TOILETS &
More informationINVITATION TO BID (ITB)
INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,
More informationS-VAC VACANCY REHABILITATION CONTRACTOR SERVICES FOR THE WATERBURY HOUSING AUTHORITY PRE-APPROVAL APPLICATION GENERAL INFORMATION
S-VAC03022015 VACANCY REHABILITATION CONTRACTOR SERVICES FOR THE WATERBURY HOUSING AUTHORITY PRE-APPROVAL APPLICATION GENERAL INFORMATION APPLICATlON DEADLINE: Wednesday March 25, 2015 @ 3:00 pm HOW TO
More informationADDENDUM #2. Due back on 10/24/18, no later than 11:00 A.M.
PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY 10007 10/19/2018 ADDENDUM #2 To prospective Bidders on Bid # 54851 - Refuse Removal, Recycling and Disposal Services
More informationINVITATION 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 informationGreater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402
Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton
More informationChampaign 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 informationHOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES
HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00
More informationI N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS
I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT
More informationTOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES
TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.
More informationLEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS
LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT
More informationThe schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016
1.0 EXECUTIVE SUMMARY 1.1 The Cyril E. King Airport (CEKA), St. Thomas, Virgin Islands is owned and operated by The Virgin Islands Port Authority. The CEKA is located at #70 Lindbergh Bay. The CEKA enplanes
More informationSPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY
DISTRICT BOARD Megan Clark Russ Greenfield Larry Loder Craig K. Murray Judy Schriebman DISTRICT ADMINISTRATION Mark R. Williams, General Manager Michael Cortez, District Engineer Janice Mandler, Collection
More informationCDBG/HOME CONTRACT DOCUMENTS NEW HOUSING CONSTRUCTION
CDBG/HOME CONTRACT DOCUMENTS NEW HOUSING CONSTRUCTION 2013 CDBG/HOME HOUSING NEW CONSTRUCTION CONTRACT THIS CONSTRUCTION CONTRACT is made and entered into this day of 2013, by and between, (marital status),
More informationEXHIBIT B. Insurance Requirements for Construction Contracts
EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for 3 years thereafter, insurance against claims for injuries to
More informationSnow Removal Services Request for Proposals December 1, April 30, 2019
Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401
More information