All vendors are to accept the information contained herein as the official response of IPTC.

Size: px
Start display at page:

Download "All vendors are to accept the information contained herein as the official response of IPTC."

Transcription

1 March 22, 2017 To: All Vendors of Record Re: Addendum #1 All vendors are to accept the information contained herein as the official response of IPTC. TO ALL BIDDERS OF RECORD AND TO WHOM IT MAY CONCERN: This Addendum is being issued prior to the due date for receiving proposals. This Addendum forms a part of the Contract Documents and modifies the original Request for Proposal (RFP) as noted below and shall be incorporated into the Contract Documents. All other provisions of the RFP released March 8, 2017 with the exception of changes below, shall remain unchanged. This Addendum is issued in accordance with the provisions of Section 3 of the Request for Proposal document. All Proposals shall be based upon work as modified by this Addendum. Acknowledged receipt of this Addendum on the Acknowledgement of Addendum Form is required. Failure to do so may result in disqualification of the Bidder. This addendum addresses questions presented by bidders before the deadline to the submission of proposals for RFP Bus Shelter and Sign Services. Clarification and Update to Section 2.2 Required Responses: IPTC modifies Section A Specifications and Bid Offer Cost Form for proposal. (Note: Please use Attachment located on website File Bid Cost Form (Bus Shelter and Sign Services Revised)) Clarification and Update to Section 2.13 / Protest Policy Please review updated information for Section 2.13 Protest Policy, RFP has been updated and posted on website. Clarification and Update to Section 1.3 Scope of Work / (2) Special Circumstances item f. Please review updated information in RFP posted on website. 1

2 1. Please explain DBE definitions IPTC Response: CITY OF INDIANAPOLOLIS: MBE/WBE/VBE/DOBE Program Purpose The Minority and Women-Owned Business Enterprise Program was established to provide purchasing opportunities to certified Minority and Women-Owned businesses with the City of Indianapolis. Definitions A Minority Business Enterprise (MBE) is one which is owned and controlled by at least fifty-one percent (51%) minority member(s). Minority group members are citizens or Permanent Residents of the United States who are Black, Hispanic, Asian Pacific Islanders, American Indians, or Alaskan Natives. A Women Business Enterprise (WBE ) is one that is at least fifty-one percent (51%) owned and controlled by a woman or women who are citizens or Permanent Residents of the United States. Whenever projects are funded or assisted by the U.S. Department of Transportation, the term MBE, WBE, or Permanent Resident is replaced by Disadvantaged Business Enterprise (DBE). A DBE firm is one that is at least fifty-one percent (51%) owned and controlled by socially and economically disadvantaged individuals(s). So, in response to the gentlemen s question, a minority or women owned business may or may not be a DBE depending on their income. If the minority or women owned business has income greater than $23 million (INDOT) then they do not qualify. Since most minority and women owned businesses do not generate this kind of income, you can presume they are a DBE. 2. Is professional liability insurance required since we are only providing maintenance type of work? IPTC Response: Yes 2

3 3. Is this the first-time vendors have been solicited to be contracted for this service with IPTC? IPTC Response: NO. 4. Will IPTC equipment be incorporated as part of this solicitation (i.e. trucks, etc.)? IPTC Response: NO, all equipment needed to preform requested services listed in RFP will be the responsibility of vendor, including the cost of operating/maintenance/service/etc. 5. What is the projected start date after being selected? IPTC Response: June 19,

4 6. Would there be an option for the 35 units in 2018 being submitted as a separate package from this existing contract? IPTC Response: We have just received information at this time that the 35 additional Redline Shelters will not be ready until early Spring of 2019, please include in your Bid Cost Offer Form starting in Are there any Davis-Bacon wage rate requirements? IPTC Response: NO. 8. Prevailing wage? IPTC Response: NO 9. How many different types of shelters are there, also please advise cut sheets with sizes, weights and product data on glazing, installation instructions, etc? IPTC Response: Please review Attachments on website. 4

5 10. Please clarify the scope of work for the 4,000 plus signs, do we need to include visiting each location on some sort of frequency like the Bus Shelters? IPTC Response: We have approximately 3,000 Bus Stop Signs that have no amenities such as shelters, benches, trash cans, bike racks, etc. so they need to be checked twice a month, to make sure they are okay and up to date. Which can be as simple as a drive by if everything checks out. 11. We observed that some bus stop signage is attached to posts that are more decorative than uni strut, are we to match the post that we are replacing or simply install contractor furnished uni strut requested? IPTC Response: If the bus stop is on a different type pole- for example that may be found in a historical area or park area, in those examples we would have the historical society and park dept. supply the matching post if the post was destroyed. 5

6 12. Will a map of all the Bus Shelters be provided for bidding purposes? IPTC Response: Please see Attachment on website. 13. Will there be any progress meetings that we will need to attend as part of this project with the IPTC Project Manager? IPTC Response: Not before the final bid-award, once the contract is signed we will be in contact a lot between Project Manager/Facility Manager, sometimes multiple times a week. 14. Are we to include right-of-way permits in the line items for signage, Bus Shelter alternations/replacements, or can this be directly reimbursed on a case by case basis if one is needed? IPTC Response: IPTC handles the procurement of the ROW permits and Encroachment Licenses. We ask the contractor to sort out any underground utility locates by contacting the call before you dig number and the locates are to be completed before placing any sign poles. 6

7 15. How much manpower (how many people) were required to complete the full scopes of work outlined in the bid request? IPTC Response: Depends on the tasks and the frequencies and what kind of shifts the contractors run, you will need quick access to carpenters, electricains,concrete workers and general laborers, and as listed on the 2016 work list we made over 45,000 stops at shelters and bus stops just for cleaning purposes, plus all the other list of jobs performed,signs,shelters,trash cans,benches,etc. 16. Has this typically been a contract that requires 3 full shifts to provide around the clock labor? IPTC Response: No, normally up to 2 shifts depending on the work load and designated site working times. 17. How much time does it typically take to clean a shelter? IPTC Response: Depends on what type of cleaning you are doing, such as just sweeping out and touch windows, to deep cleaning, cleaning frames and windows and pressure washing shelter and concrete pad and concrete around the shelter and picking up trash and cleaning amenities such as benches, trash cans bike racks etc. and we have different size shelters as we have some that are anywhere from 5 feet long to 40 feet long and depends on how many people you have on the cleaning team, 1,2,3, etc. 7

8 18. How many vehicles and what types have been required in the past? IPTC Response: 4 vehicles in the past 3- utility trucks and 1 box truck but with more frequency cleaning being requested this will take more vehicles 19. How many miles does the overall bus route cover (contain)? How many miles are covered by bus shelters? IPTC Response: IndyGo has approximately 800 lane miles of routes and 234 bus shelters included in that 800 miles, we do not have a breakdown of just shelter miles as there again they are included in the 800 miles. 20. Can the contractor use/lease the existing IPTC vehicles if we the (contractor)provide routine maintenance since they are already equipped? IPTC Response: NO, please see response to Question Do you have a routine vehicle maintenance schedule? IPTC Response: YES on the trucks we have now 8

9 22. What other equipment could be made available to the contractor? (i.e., power washers, night lights etc.) IPTC Response: NO, please see response to Question Do you know how many power washer units with how much tank capacity was previously used? IPTC Response: 3 pressure washers, one for each utility truck and they were 220 gallon totes with pressure washers built on frames with the totes 24. How many generators were required? IPTC Response: One but moving forward, two will be much more beneficial 9

10 25. Do you have a facility the contractors can use to obtain water for the high volume of power washing that is being requested? If not, where has water been obtained in the past? IPTC Response: NO The contractor supplies the water and cleaning fluid additive 26. Considering 400 shelters were power washed last year is the 2 times per month per shelter a realistic request? The current request would constitute 452 washes be performed in a single month. IPTC Response: Yes, that is correct as we move forward we must escalate the overall cleaning of the shelters to meet demands, so twice a month is expected and more if needed 27. How many different size and types of shelters exist? Can you provide quantity and dimensions? IPTC Response: Typical shelters are 5x10 ( 50 sq.ft. ) and Downtown shelters are 5x40 and a small amount of shelters are 5x15 and 5x20 10

11 28. When installing new shelters will the contractor be required to form and pour the associated concrete pads? IPTC Response: Yes, or in some cases we must let the DPW depending on locations 29. How many trash receptacles exist? IPTC Response: All 236 shelters have trash cans, 10 to 12 on just regular sign poles, then 220 Adopt A Stops, the contractor has to install and remove all those listed and keep all emptied except for the Adopt A Stops as the adoptee will handle those. There will be a few occasions we will need the contractor to empty a certain AAS can if someone moves, or extended vacations etc. but we only give them 2 chances and then we remove them most of the time. 30. How much square footage has been required in the past for the required storage capacity? IPTC Response: The current contractor has a large fenced in secure lot that they use for as part of their other business, and that is where they store the inventory. With the amount of free standing shelters, and 50 to 80 glass panels, and posts, bike racks, etc. 1 to 2 acres just so you have enough room to load and unload semi trailers, and assemble items, and store equipment, et 11

12 31. What will be included in the initial inventory? IPTC Response: 6 to 8 already assembled shelters, we keep as replacements, 5 to 6 shelters in crates/boxes not assembled, 30 to 40 trash cans in boxes, a few benches and bike racks and simme seats as just a close estimate at this time. 32. Since there is a requirement for the Prime contractor to pay DBE subcontractors within 15 days of the Prime being paid by IPTC does this same criteria extent to MBE, WBE, VBE and DOBE subcontractors as well? IPTC Response: Since there is no overall DBE goal set on this RFP payment to subcontractor DBE/MBE/WBE/VBE firms is not a necessary factor 33. If the contract is awarded to an MBE, WBE, VBE, DOBE or DBE will IPTC consider revising its payment policy to pay the contractor within 15 days of invoicing? IPTC Response: Payment terms are negotiable. 12

13 34. As an MBE are there still recommended participation goals to seek out participation from other minority certified businesses to receive to be given greater award consideration IPTC Response: No, if you are a certified MBE/WBE/VBE seeking out additional participation from other firms is not required. 35. Appendix VIII was not attached to the RFP. Can you provide the insurance requirement details? IPTC Response: ARTICLE VIII INSURANCE 8.1 Upon entering into the Agreement, and prior to Provider commencing performance of the Services under the Agreement, Provider shall secure and maintain at its own cost and covering all times herein, such insurance as will protect it from claims which may arise out of or result from Provider s furnishing of services under the Agreement and for which Provider may be legally liable, whether such services be by Provider or by Provider s consultants or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. 8.2 Provider shall purchase and maintain such insurance as shall protect Provider from claims, losses and damages which may arise out of and during the operation of this Agreement, whether such claims, losses and damages arise out of or result from the acts or omissions of Provider or his consultants, or agents or anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable, and whether such claims, losses and damages are arising out of statutory liability, bodily injury, occupational sickness or disease, or death, insured personal injury liability, property damage, other than to the Work itself, contractual liability, products and completed operations, fire damage, advertising injury, medical expenses and comprehensive automobile liability. Such insurance shall specifically include, but not be limited to, insurance coverage under the workers compensation, disability benefit and other similar employee benefit laws of the state in which the Provider s Services are being performed. Such liability and property 13

14 damage insurance shall be obtained in such amounts and with such coverage to fulfill Provider s obligations under the Agreement as well as Provider s contractual obligations with regard to any claim, damage, loss or expense described in this Agreement. 8.3 Such insurance coverage shall be placed with companies that have insurer ratings no lower than A+ VIII in the AM Best s Insurance Guide, latest edition as of the date of the Agreement, or at time of renewal, and to which Owner has no objection. 8.4 Prior to Provider commencing performance of the Work under the Agreement, Provider shall provide to Owner a Certificate of Insurance showing liability coverage for Provider and any employees, agents or consultants of Provider for the Workers Compensation, Employer s Liability and Automobile Liability coverage required by law and as set forth in 8.2 hereof. Coverage shall be for no less than the statutory amounts required for Workers Compensation, and Employer s Liability Insurance shall be for coverage of Five Hundred Thousand Dollars ($500,000.00) for bodily injury caused by accident (for each accident), Five Hundred Thousand Dollars ($500,000.00) for bodily injury by disease (policy limit), and Five Hundred Thousand Dollars ($500,000.00) for bodily injury caused by disease (for each employee). Owner may withhold payment to Provider pending receipt of such Certificate in satisfactory form. 8.5 Provider s Commercial General Liability Insurance coverage, where applicable, shall be per occurrence and in the general aggregate (subject to a per project general aggregate provision applicable to the Project). Commercial General Liability Insurance coverage shall be for no less than One Hundred Thousand Dollars ($100,000.00) for bodily injury and property damage. Provider s Commercial General Liability Insurance also shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal and advertising injury, employee dishonesty, pollution liability and liability assumed under an insured contract, including any tort liability of another assumed by contract. Coverage shall be afforded to the Additional Insured whether or not a claim is in litigation. Comprehensive Automobile Liability shall include coverage for liability arising out of owned, non-owned and hired automobiles and for bodily and property damage. For each motor vehicle used by Provider in connection with the services provided under the Agreement, public liability insurance shall be written for not less than One Hundred Thousand Dollars ($100,000.00) for bodily injury and property damage with a combined single limit, as to such vehicle or vehicles. 8.6 Provider s Commercial General Liability Insurance shall be written on an occurrence basis. Owner shall be named as Additional Insured on all insurance coverage required under the Agreement except on the worker s compensation policy, employers liability policy and professional liability 14

15 policy. Additional Insured coverage shall apply as primary insurance with respect to any other insurance afforded to Owner, and the Provider s policy will not seek contribution from any and all insurance afforded to Owner, whether as Additional Insured or otherwise. Amounts of insurance and coverage provided shall be as required as set forth in this Article VIII. 8.7 Provider shall, throughout the term of this Agreement, maintain professional liability insurance in the aggregate amount of coverage of One Million Dollars ($1,000,000.00) per claim and in the aggregate. In addition to its own professional liability insurance, Provider shall require of any consultant utilized by Provider in connection with this Project that each maintain, throughout the term of this Agreement, its own professional liability insurance satisfactory to Owner, in the aggregate amount of coverage for each of One Million Dollars ($1,000,000.00) per claim and in the aggregate, which insurance shall be separate and distinct from Provider's insurance provided hereunder. Provider shall provide evidence of such insurance coverage of Provider and of its consultants by a certificate or certificates of insurance provided to Owner, which certifications shall contain a provision that coverage afforded under the policies will not be cancelled until at least thirty (30) days prior written notice has been given to Owner by the insurance carrier or its agent, with the exception that coverage may be terminated upon ten (10) days written notice provided to Owner for non-payment of the premium by Provider. If Provider receives notice of a threatened cancellation of coverage for non-payment of premium it shall immediately advise Owner in writing prior to any such cancellation deadline so as to provide Owner the opportunity to advance such payment on behalf of Provider out of monies to be paid to Provider under this Agreement for the coverage required hereunder. Provider shall maintain its professional liability coverage in effect for at least four (4) years after final completion and acceptance of the Project by Owner, and shall require the same duration for the professional liability coverage from its consultants. This insurance shall be maintained at no additional cost to Owner. 8.8 Provider shall furnish Excess (Umbrella) Liability coverage with limits of liability of not less than One Million Dollars ($1,000,000.00) applying in excess of the primary coverage provided for above in 8.1 through 8.6, and such Umbrella policy shall provide coverage at least equal to that provided for in the primary coverage. 8.9 Commercial General Liability Insurance may be arranged under a single policy for the full limits required or by a combination of a base One Million Dollar ($1,000,000.00) Commercial General Liability Policy with the balance provided by an Excess or Umbrella Liability policy that attaches to the Commercial General Liability Policy at the One Million Dollar ($1,000,000.00) level and which covers all of the required insurance under this Article, including the commercial general liability, comprehensive automobile liability, and excess or umbrella liability coverage. 15

16 8.10 Provider shall provide evidence of all insurance coverage of Provider and of its consultants as required in this Article, including professional liability or errors and omissions policies of insurance and Excess Liability Umbrella coverage, by a certificate or certificates of insurance provided to Owner, which certifications shall contain a provision that coverage afforded under the policies will not be cancelled until at least thirty (30) days prior written notice has been given to Owner by the insurance carrier or its agent with the exception that coverage may be terminated upon ten (10) days written notice provided to Owner for non-payment of the premium by Provider. If Provider receives notice of a threatened cancellation of coverage for non-payment of premium it shall immediately advise Owner in writing prior to any such cancellation deadline so as to provide Owner the opportunity to advance such payment on behalf of Provider out of monies to be paid to Provider under this Agreement for the coverage required hereunder Should Provider fail or neglect to provide the required insurance, or allow any required coverage to lapse, Owner shall have the right, but not the duty, to provide such insurance and deduct the cost thereof from any money due to Provider any and all premiums paid by Owner for and on account of said insurance. The policy or policies, and each certificate of insurance, shall further provide that the insurance will not be materially altered, reduced or canceled prior to at least thirty (30) days after written notice by certified mail of such cancellation or change has been provided by the respective insurer and has been received by Owner, with the exception that coverage may be terminated upon ten (10) days written notice provided to Owner for nonpayment of the premium by Provider. If Provider receives notice of a threatened cancellation of coverage for non-payment of premium it shall immediately advise Owner in writing prior to any such cancellation deadline so as to provide Owner with the opportunity to advance such payment on behalf of Provider out of monies to be paid to Provider under this Agreement for the coverage required hereunder. No less than fourteen (14) days prior to the expiration, cancellation or termination of any such policy, Provider shall supply Owner with a new and replacement Certificate of Insurance and Additional Insured endorsement as proof of renewal of the original policy and coverage, with such new or replacement policy and endorsements in the same manner and for the same coverage and amounts in favor of Owner as set forth in this Article The insurance carriers for Provider shall have no right of subrogation against Owner and its officers, directors, consultants, agents and employees, and Provider shall obtain from each of its insurers a waiver of subrogation on all insurance coverage required in this Article, including, but not limited to, Commercial General Liability, Workers Compensation, Employer s Liability and Business Auto Liability, in favor of the parties identified herein with respect to losses arising out of or in connection with the Work on the Project under the Agreement. Provider shall require waivers of subrogation in favor of Owner from its consultants, if any, in their agreements with those entities. 16

17 8.13 Notwithstanding any other provision of this Agreement to the contrary, should any policy required by this Agreement be canceled or otherwise terminated before the completion of the services hereunder, Provider shall exert all reasonable efforts to procure and maintain in force similar insurance from insurers satisfactory to Owner and provide certificates of such insurance to Owner upon Owner's written request 36. Is there a Map/route schedule showing locations of signs and shelters? IPTC Response: See Attachment Files on website. 37. Is the Contractor to provide (3) cleaning trucks, (1) box van service truck, (3) snowplows, and (3) 200 gallon pressure washers? or will this equipment be provided by IndyGo? IPTC Response: Contractor, please see response to Question Adopted Stop Trash cans were mentioned in the Pre-Bid, Is the Contractor responsible for emptying these trash cans? If so, how often? IPTC Response: NO not on a regular basis, only if we get a call that an adoptee has not been taking care of the stop and then we might have the contractor empty the trash can once or twice while finding out the situation before we have the contractor remove the trash can, but this does not happen very often. 17

18 39. On Page 15, the RFP documents states that only Vendors certified by the City of Indianapolis Division of Minority-Owned and Women Owned Business Department (DMWBD) will count toward participation goals. State Certification was mentioned in the Pre-Bid Meeting. Will Vendors certified by the State of Indiana as MBE or WBE, etc. be counted toward a Contractor s participation goals for this RFP? IPTC Response: If you are a certified MBE/WBE/VBE your contribution and work percentage will be recognized and will be added into a monthly report that is sent out by IPTC. However, meeting the overall suggested MBE/WBE/VBE percentages that are stated on page 15 are not necessary in this RFP. 40. Is meeting the DBE percentage goals stated on Page 15 of the RFP a requirement for acceptance of a proposal or strongly encouraged? IPTC Response: No, the DBE goal that is set on this RFP is 0%. 41. Is the Buy American Certification an applicable requirement for this RFP? IPTC Response: The Buy America certification is only required if you purchase goods with federal grant money. This RFP only requires maintenance and installation of the shelters and not purchasing. 18

19 42. The RFP Packet contains two sets of Diversity Participation & Good Faith Effort forms. Are both sets applicable requirements for this RFP? IPTC Response: No, these forms do not need to be completed unless a DBE goal has been set on the solicitation. Please mark N/A on these as they do not pertain to this RFP. 43. Is the DOT Assisted Contract form an applicable requirement for this RFP? IPTC Response Proposing vendor still has to complete whether or not there is an DBE goal established in RFP. IndyGo is a recipient of Federal Funds which means IndyGo will need to complete information/data of who is submitting solicitations and know that there are equal opportunities being made for all vendors. 44. On Page 2 of the Sign Install Specs requires the use of a Type 1 post and post sleeve for sign installation. Is that an INDOT classification? IPTC Response: The sign specs were compiled by Edwards & Kelcey Engineers Inc. 19

20 45. Does the Contractor need to provide all equipment, tools, and materials (such as generator, fork truck, drills, stainless steel banding, fasteners, window gasket, etc.) for repair, construction, and maintenance of signs, shelters, and ad cases, etc.? IPTC Response: Yes, any equipment and or tooling needing to perform services listed inside RFP will be the responsibility of vendor. 46. Will fuel for work vehicles be provided by the Contractor or IndyGo? IPTC Response: NO, please see response to Question Will replacement glass panels be provided by the Contractor or IndyGo? IPTC Response: YES IndyGo will supply the glass, and the glass will be delivered to the contractor and the contractor will be responsible for unloading and storing the glass until needed. 20

21 48. Will dumpsters be provided by the Contractor or IndyGo? IPTC Response: IndyGo will provide one (1) 30 yard roll off, location will be at vendor facility, vendor will notify IndyGo when full and will be rotated with empty, related to only services inside of RFP only. 49. Should the Contractor include service and maintenance for an additional 35 Red Line stops for the year 2019 and future? IPTC Response: Yes starting in Will Contractor personnel assigned to work on this contract be subject to approval by passing the IndyGo background check? IPTC Response: YES IndyGo will provide background checks for all employees servicing IndyGo shelters and bus stops and any other work under the IndyGo contract, and if any felonies are on the records they will not be allowed to work under the IndyGo contract 21

22 51. Will the Contractor be required to provide storage for all IndyGo materials and amenities (i.e. shelters, trash cans, glass, simme seats, temporary stops, etc.)? IPTC Response: YES. 52. What date will the Contractor start the work under this RFP? IPTC Response: At this time we are projecting June 19th 2017 as a start date but this could change by a week or two possibly. 22

23 23

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

ADVERTISEMENT 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 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 information

REQUIRED AT PROPOSAL STAGE:

REQUIRED AT PROPOSAL STAGE: DATE: February 13, 2019 SUBJECT: ADDENDUM #1-2401 E. PACIFIC COAST HIGHWAY WILMINGTON, CA 90744 The Port of Los Angeles 2401 E. Pacific Coast Highway Wilmington, CA 90744 Request for Lease Proposals Exhibit

More information

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

The 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 information

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207

More information

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017 REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER 2017-08 February 13, 2017 Request for Qualifications: Project 2017-08 Licensed Professional Architectural Services The EVERETT HOUSING AUTHORITY is soliciting

More information

Real Property Services Questions and Answers Posted to DASNY.org 2/21/19

Real Property Services Questions and Answers Posted to DASNY.org 2/21/19 1. The RFP does not include the insurance provisions mentioned as an attachment. Could you direct me to where I can find the insurance provisions so that our risk management department can review? Please

More information

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-03 Window Washing

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-03 Window Washing DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-03 Window Washing 2 THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS Page ANNOUNCEMENT 3 1.

More information

Health and Human Services. Contract instruction manual. Contract Management Services. 300 South Sixth Street, MC: 165. Minneapolis, Minnesota 55487

Health and Human Services. Contract instruction manual. Contract Management Services. 300 South Sixth Street, MC: 165. Minneapolis, Minnesota 55487 Health and Human Services Contract instruction manual Contract Management Services 300 South Sixth Street, MC: 165 Minneapolis, Minnesota 55487 Contract instruction manual Revised July 2018 Table of contents

More information

SECTION 3. Standard IPTC Professional Services Contract Template With Required Federal Clauses

SECTION 3. Standard IPTC Professional Services Contract Template With Required Federal Clauses SECTION 3 Standard IPTC Professional Services Contract Template With Required Federal Clauses OWNER PROVIDER PROFESSIONAL SERVICES AGREEMENT This OWNER-PROVIDER PROFESSIONAL SERVICES AGREEMENT ( Agreement

More information

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

TRENTON 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 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

Construction of the Leased Premises

Construction of the Leased Premises Construction of the Leased Premises Pre-Construction Requirements Construction Start The Tenant is required to commence construction no later than fourteen days after receipt by the Tenant of approved

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

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

GENERAL CONDITIONS. The award will be made in accordance with Section of the South Carolina Consolidated Procurement Code.

GENERAL CONDITIONS. The award will be made in accordance with Section of the South Carolina Consolidated Procurement Code. GENERAL CONDITIONS DEFAULT: In case or default by the Contractor, the University of South Carolina reserves the right to purchase any or all items in default in the open market, charging the Contractor

More information

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina REQUEST FOR PROPOSALS (RFP) Marina Management Services Docktown Marina Date of Issue: Friday, October 2, 2015 Proposal Due Date: Wednesday, October 28, 2015 by 2:00 p.m. PST PROJECT OVERVIEW The City of

More information

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

(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 information

Please return by July 9, 10:00 AM Central Time to:

Please return by July 9, 10:00 AM Central Time to: SOLICITATION NO: R-14-006-DB INFORMAL REQUEST FOR PROPOSALS Release Date: June 25, 2014 ACTUARIAL SERVICES Please return by July 9, 2014 @ 10:00 AM Central Time to: dabenites@saws.org I. PROJECT INFORMATION

More information

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. 1. INSURANCE REQUIREMENTS A. INSURANCE: The Contractor shall be required to maintain insurance for

More information

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay. responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay. (h) Primary Coverage. For claims arising out of or relating to work on the Specific Project, Tenant s insurance

More information

FIRST NATIONAL BANK BUILDING 332 MINNESOTA STREET, ST. PAUL, MN TENANT MOVE-IN / MOVE-OUT INSTRUCTIONS

FIRST NATIONAL BANK BUILDING 332 MINNESOTA STREET, ST. PAUL, MN TENANT MOVE-IN / MOVE-OUT INSTRUCTIONS MANAGEMENT COMPANY: Nightingale Realty 332 Minnesota Street, Suite W120 St. Paul, MN 55101 MANAGEMENT OFFICE: (651) 225-3666 SENIOR PROPERTY MANAGER: Richard Rossi 651-225-3664 ASSISTANT PROPERTY MANAGER:

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3006DF DATE: 29 Please quote the lowest prices at which you will furnish

More information

Request for Quote RFQ# Date: 02/01/2017

Request for Quote RFQ# Date: 02/01/2017 Request for Quote RFQ#2016-11 Recycling and Trash Removal Services Date: 02/01/2017 Page 1 of 9 Table 1, Key Dates in the RFQ Schedule Date Wednesday, February 1, 2017 Wednesday, February 15, 2017 @ 2:30

More information

NOTICE OF INVITATION FOR BID

NOTICE OF INVITATION FOR BID NOTICE OF INVITATION FOR BID TIGER MISSOURI CORRIDOR - INDEPENDENCE US 24 Highway & Brookside and Truman Rd at N. Osage & E. Winner Rd Bid #12-5005-39T The Kansas City Area Transportation Authority (KCATA)

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91

More information

ADDENDUM A. Subcontractor Insurance Requirements

ADDENDUM A. Subcontractor Insurance Requirements ADDENDUM A Subcontractor Insurance Requirements Certificates and endorsements must be received and approved prior to the start of any work. No payments will be released until all insurance documents are

More information

DISADVANTAGED BUSINESS ENTERPRISE PROGRAM INFORMATION FOR BIDDERS

DISADVANTAGED BUSINESS ENTERPRISE PROGRAM INFORMATION FOR BIDDERS CRAA Contact Person: INFORMATION FOR BIDDERS If you are in need of assistance, or have questions regarding the CRAA s DBE Program, please contact: Business Diversity 4600 International Gateway Columbus,

More information

REQUEST FOR QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project

REQUEST FOR QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project REQUEST FOR QUOTATION (RFQ) RFQ # Q18-04 CLOSING DATE: 4/20/2018 TITLE: Kit Carson Emergency Siren Project CLOSING TIME: 10:00 A.M. (our clock) INTENT Larimer County Purchasing Department, on behalf of

More information

COMMUNITY SERVICES 520 BOND PARK POLICIES & PROCEDURES

COMMUNITY SERVICES 520 BOND PARK POLICIES & PROCEDURES Effective Period: Until superseded Review Schedule: Annually Effective Date: 01/01/2017 COMMUNITY SERVICES 520 BOND PARK POLICIES & PROCEDURES 1. PURPOSE To standardize and regulate the use of Bond Park

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS REVEREND PETER ATKINS PARK BATHROOM PROJECT CCE PROJECT NO. 117-106 NOVEMBER 2, 2017 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 1.0 INTRODUCTION

More information

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL 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 information

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES The City of Manchester (City) is requesting Competitive Sealed Proposals from qualified firms interested in contracting with the City

More information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT Chain Link Fence Installation at CBJ Wastewater Facilities QUOTES ARE DUE PRIOR TO 2:00 p.m., March 12, 2014 RESPONDING

More information

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDOOR 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 information

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: 1285-44202 HIGH POWER LINE REPAIR SERVICES Jacksonville Aviation Authority Procurement Department 14201 Pecan Park Road, 2 nd Floor Jacksonville,

More information

TOWN 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 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 information

Subcontractor Qualification Statement

Subcontractor Qualification Statement Subcontractor Qualification Statement Trade: Legal Name of Firm: Address: No. & Street City State Zip Mailing Address: If different from above address E-mail address: Telephone #: Fax #: Website: Type

More information

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103 REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103 Part I. PROCEDURE FOR SUBMITTING PROPOSAL 1.1 SCOPE : Contractor to manage the

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Clifford Gorman Date Issued: January 22, 2014 BID NO.: 14-14005 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR LAWN MAINTENANCE SERVICES FOR NON-ESCORT

More information

Request for Proposal For Scrap Metal Removal

Request for Proposal For Scrap Metal Removal Daryl Huddleston Director of Transportation 900 S Powell Rd Independence, MO 64056 (816)521-5335 Fax (816)521-5660 Request for Proposal For Scrap Metal Removal Proposal Due: On or before June 21, 2018

More information

Mobile and Stationary Security Patrol Services

Mobile and Stationary Security Patrol Services Request for Proposals Mobile and Stationary Security Patrol Services The Redevelopment Agency of the City of San Jose Submittals Due: May 28, 2008 3:00 PM (pacific daylight time) San Jose Redevelopment

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

STORM DRAIN ENGINEERING DESIGN SERVICES

STORM DRAIN ENGINEERING DESIGN SERVICES City of Imperial Community Development Department STORM DRAIN ENGINEERING DESIGN SERVICES Request for Proposals Project Funded by: SB1, The Road Repair and Accountability Act of 2017 Point of Contact:

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT North Miner s Cove Parking Lot Repair QUOTES ARE DUE PRIOR TO 2:00 p.m., September 11, 2014 RESPONDING TO THIS REQUEST FOR

More information

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03

More information

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

REQUEST 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 information

WEST VALLEY SANITATION DISTRICT

WEST VALLEY SANITATION DISTRICT WEST VALLEY SANITATION DISTRICT Request for Proposal (RFP) for Independent External Audit Services RFP #: FIN 2015 1 Schedule of Key Events: RFP Release Date: April 14, 2015 Written Questions Due: 4:00

More information

ROBERT A. BOTHMAN, INC. EXHIBIT "A" SUBCONTRACTORS SCOPE OF WORK EXHIBIT A SUBCONTRACTOR SCOPE OF WORK, dated this

ROBERT A. BOTHMAN, INC. EXHIBIT A SUBCONTRACTORS SCOPE OF WORK EXHIBIT A SUBCONTRACTOR SCOPE OF WORK, dated this ROBERT A. BOTHMAN, INC. EXHIBIT "A" SUBCONTRACTORS SCOPE OF WORK 5 - EXHIBIT A SUBCONTRACTOR SCOPE OF WORK, dated this All Work in strict accordance with Contract Documents. day of 216 (Where reference

More information

HSU Reddie Grill Renovation OFFICIAL BID SHEET

HSU Reddie Grill Renovation OFFICIAL BID SHEET OFFICIAL BID SHEET BID NUMBER: 18-24 FIRM CONTRACT DATE: June 26, 2018 INVITATION Bids must be signed in Ink. Unsigned bids will not be considered. Bids are invited for the Renovation of the HSU Reddie

More 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

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

EDUCATION AND ADVANCED EDUCATION (PUBLIC SCHOOL DISTRICTS AND PUBLIC POST SECONDARY INSTITUTIONS) OWNER INSURED CONSTRUCTION PROJECTS

EDUCATION AND ADVANCED EDUCATION (PUBLIC SCHOOL DISTRICTS AND PUBLIC POST SECONDARY INSTITUTIONS) OWNER INSURED CONSTRUCTION PROJECTS EDUCATION AND ADVANCED EDUCATION (PUBLIC SCHOOL DISTRICTS AND PUBLIC POST SECONDARY INSTITUTIONS) OWNER INSURED CONSTRUCTION PROJECTS Indemnification and Insurance Clauses (to be included in Supplementary

More information

REQUEST FOR PROPOSAL for PROFESSIONAL SERVICES for TREE TRIMMING AND WEED ABATEMENT MAINTENANCE SERVICES

REQUEST FOR PROPOSAL for PROFESSIONAL SERVICES for TREE TRIMMING AND WEED ABATEMENT MAINTENANCE SERVICES CITY OF BEVERLY HILLS REQUEST FOR PROPOSAL for PROFESSIONAL SERVICES for TREE TRIMMING AND WEED ABATEMENT MAINTENANCE SERVICES Please respond no later than February 14, 2013 (PST) at 2:00 pm to the City

More information

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT Effective August 22, 2018, Addendum No. 1 and the applicable attachment(s) is associated with the Invitation for Bid (IFB) seeking bids

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS WATER AND WASTEWATER FACILITIES LAND USE ASSUMPTIONS PLAN CAPITAL IMPROVEMENTS PLAN AND MAXIMUM IMPACT FEES Solicitation No.: Q-18-002-JM Addendum 1 February 7, 2018 To Respondent

More information

Specification: , Bicycle Maintenance and Repair Services Addendum No. 1

Specification: , Bicycle Maintenance and Repair Services Addendum No. 1 March 7, 2017 ADDENDUM NO. 1 FOR BICYCLE MAINTENANCE AND REPAIR SERVICES SPECIFICATION NO. 174195 For which bids are scheduled to open in the Bid & Bond Room 103, City Hall, 121 N. LaSalle Street Chicago,

More information

REQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS

REQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS REQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS Tuesday, October 10, 2017 City of Oxford, North Carolina 300 Williamsboro Street xford NC 27565

More information

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT DECEMBER 23, 2015 Owner: King County Library System 960 Newport Way N.W. Issaquah, WA. 98027 GENERAL INFORMATION A. The Vendor is to provide all labor, material, equipment, first thirty (30) day storage

More information

DOH STATE FUNDED HOUSING DEVELOPMENT SUPPLEMENTARY CONDITIONS EQUAL OPPORTUNITY EMPLOYMENT, NON-DISCRIMINATION AND AFFIRMATIVE ACTION

DOH STATE FUNDED HOUSING DEVELOPMENT SUPPLEMENTARY CONDITIONS EQUAL OPPORTUNITY EMPLOYMENT, NON-DISCRIMINATION AND AFFIRMATIVE ACTION The work to be performed under the contract is being assisted by the State of Connecticut through the Department of Housing (DOH). As such, the project is subject to the following State requirements. EQUAL

More information

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT 1. Applicant shall submit a completed Temporary Encroachment Permit application and obtain an executed Temporary

More information

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. ARTICLE 5 - Bonds and Insurance 5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. For the purposes of this Article, the terms Terrebonne Parish Consolidated Government, TPCG, and OWNER shall include,

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

METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY. MWBE Utilization and Workforce Program Construction Projects with Federal Funding

METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY. MWBE Utilization and Workforce Program Construction Projects with Federal Funding METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY MWBE Utilization and Workforce Program Construction Projects with Federal Funding Effective October 1, 2014 PURPOSE The Metropolitan St. Louis Sewer

More information

Document A141 TM Exhibit B. Insurance and Bonds. for the following PROJECT: (Name and location or address)

Document A141 TM Exhibit B. Insurance and Bonds. for the following PROJECT: (Name and location or address) Insurance and Bonds Document A141 TM 2014 Exhibit B for the following PROJECT: (Name and location or address) Native Village of Eyak Community Health Center Repair Project P.O. Box 1388 Cordova, AK 99574

More information

OVERSIZE LOADS TYPES OF PERMITS ISSUED

OVERSIZE LOADS TYPES OF PERMITS ISSUED City of Moreno Valley 14177 Frederick Street Moreno Valley, CA 92552 (951) 413-3140 OVERSIZE LOADS TYPES OF PERMITS ISSUED 1. Annual Permits are valid from the date of issuance to the expiration date not

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

MCGOUGH STANDARD INSURANCE REQUIREMENTS

MCGOUGH STANDARD INSURANCE REQUIREMENTS MCGOUGH STANDARD INSURANCE REQUIREMENTS B1. Insurance. Prior to commencing any Subcontract Work hereunder, the Subcontractor shall procure, maintain and pay for insurance of the type and with the minimum

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

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

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

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

More information

OFFICE OF THE SUMMIT COUNTY SHERIFF

OFFICE OF THE SUMMIT COUNTY SHERIFF OFFICE OF THE SUMMIT COUNTY SHERIFF 970-453-2474 fax 970-453-7329 REQUEST FOR PROPOSAL 2018 VEHICLE TOWING CONTRACT FOR SUMMIT COUNTY, COLORADO Release Date: November 3, 2017 Closing Date: November 24,

More information

CALTRANS DBE/ UDBE REQUIREMENTS

CALTRANS DBE/ UDBE REQUIREMENTS Napa County Transportation & Planning Agency 625 Burnell St. Napa, CA 94553 Phone (707) 259-8631 Fax (707) 259-8638 nctpa.net vinetransit.com CALTRANS DBE/ UDBE REQUIREMENTS NCTPA has established a Disadvantage

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

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

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 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 information

Bernards (Project Name) CCIP Insurance Manual

Bernards (Project Name) CCIP Insurance Manual Bernards (Project Name) CCIP Insurance Manual Policy Year: xxxx-xxxx Alliant Version 01 1 Table of Contents 1.1 INTRODUCTION... 3 1.2 Overview... 3 1.3 About this Manual... 4 2.0 PROJECT DIRECTORY... 5

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

Request for Proposal. Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville. June 15, 2015

Request for Proposal. Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville. June 15, 2015 Request for Proposal Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville 1.0 Introduction and Background June 15, 2015 1.1 Fabrication and Installation of Municipal Way-finding

More information

Rail Owner Controlled Insurance Program Manual

Rail Owner Controlled Insurance Program Manual Rail Owner Controlled Insurance Program Manual Addendum No. 4 to June 2013 Edition (Updated 08-21-17) Update to Section 5 Enrolled and Excluded Contractor Required Coverage for Package P Contract Section

More information

Bus Shelter Installation at Thunder Mountain Road and Valley Blvd. RFQ No. E13-073

Bus Shelter Installation at Thunder Mountain Road and Valley Blvd. RFQ No. E13-073 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT Bus Shelter Installation at Thunder Mountain Road and Valley Blvd. QUOTES ARE DUE PRIOR TO 2:00 p.m., August 15, 2012 RESPONDING

More information

REQUEST FOR PROPOSALS (RFP) CONSTRUCTION MANAGER AS CONSTRUCTORS LAWRENCE POLICE DEPARTMENT HEADQUARTERS

REQUEST FOR PROPOSALS (RFP) CONSTRUCTION MANAGER AS CONSTRUCTORS LAWRENCE POLICE DEPARTMENT HEADQUARTERS April 12, 2018 REQUEST FOR PROPOSALS (RFP) CONSTRUCTION MANAGER AS CONSTRUCTORS LAWRENCE POLICE DEPARTMENT HEADQUARTERS I. Authority The City of Lawrence is seeking a Construction Manager as Constructor

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

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 REQUEST FOR PROPOSAL (RFP) FOR: RFP # 18-040-57 LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 RESPONSE DEADLINE: DECEMBER 4, 2018 4:00 P.M. CENTRAL STANDARD TIME (CST) TO: PAUL KLOSE

More information

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:

More information

CHAPTER 57 ARTICLES II & III

CHAPTER 57 ARTICLES II & III CHAPTER 57 ARTICLES II & III ARTICLE II. - MINORITY BUSINESS ENTERPRISE Sec. 57.15. - Definitions. (1) For the purposes of this Chapter, Minority Business Enterprise is defined as a business firm which

More information

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-04 Pest Control

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-04 Pest Control DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-04 Pest Control THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS Page ANNOUNCEMENT 3 1. INTRODUCTION

More information

Request for Quotation Page One

Request for Quotation Page One University of South Carolina Aiken Purchasing Department 471 University Parkwy Aiken, SC 29801 Telephone: (803) 641-3455 Request for Quotation Page One THIS IS NOT AN ORDER Quotation must be received Send

More information

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

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

More information

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

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 7, 2017 TO: Prospective Quoters RE: Request for Quotation (RFQ) 17-02 Graphics Material for Buses The Greater Dayton

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

ROCK ISLAND COUNTY FOREST PRESERVE DISTRICT REQUEST FOR PROPOSAL (RFP) ZOO SECURITY SERVICES FOR NIABI ZOO

ROCK ISLAND COUNTY FOREST PRESERVE DISTRICT REQUEST FOR PROPOSAL (RFP) ZOO SECURITY SERVICES FOR NIABI ZOO ROCK ISLAND COUNTY FOREST PRESERVE DISTRICT REQUEST FOR PROPOSAL (RFP) ZOO SECURITY SERVICES FOR NIABI ZOO 1. PURPOSE OF REQUEST The Rock Island County Forest Preserve District (District) is seeking proposals

More information

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

Hobart & 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 information

Black Hawk County Engineer

Black Hawk County Engineer Black Hawk County Engineer 316 E. 5 th Street Room 211 Waterloo, Iowa 50703 Phone: 319-833-3008 Fax: 319-833-3139 Email: engineer@co.black-hawk.ia.us Website: www.co.black-hawk.ia.us The mission of the

More information

REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN

REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN 1. Introduction The City of Jonesville, Michigan (City) is soliciting proposals from qualified contractors for the provision

More information

AMENDMENT OF SOLICITATION REQUEST FOR PROPOSALS (RFP) ADDENDUM No. 1. Issued: May 23, 2016

AMENDMENT OF SOLICITATION REQUEST FOR PROPOSALS (RFP) ADDENDUM No. 1. Issued: May 23, 2016 VIRGINIA RAILWAY EXPRESS AMENDMENT OF SOLICITATION REQUEST FOR PROPOSALS (RFP) ADDENDUM No. 1 Issued: May 23, 2016 RFP No.: 016-012 Title: Contact: Gerri Hill Email: ghill@vre.org Telephone/Fax: (703)

More information

STATE 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 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 information