REQUEST FOR PROPOSALS RFP For The Lease and Installation of a Mobile Office Trailer

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS RFP For The Lease and Installation of a Mobile Office Trailer"

Transcription

1 REQUEST FOR PROPOSALS RFP For The Lease and Installation of a Mobile Office Trailer

2 PROPOSERS MUST COMPLETE THE FOLLOWING AND INCLUDE IT AS PART OF THEIR PROPOSALS: PROPOSER S NAME: PHYSICAL ADDRESS: Proposers must list a physical address MAILING ADDRESS: (P.O. BOX NUMBER, IF APPLICABLE) Proposals for the above referenced proposal number and title will be received until 2:00PM on: June 18, 2018 at the Rockland County Solid Waste Management Authority Purchasing Department. Please make note that the United States Postal Service does not deliver directly to this facility, however, other overnight couriers DO deliver directly to our facility. It is recommended that proposals be submitted in advance, at least one day prior to the specified date and time to allow for a timely receipt. LATE PROPOSALS will NOT be considered. TERMS: DELIVERY: Five Year Lease (Monthly) 45 Days From Receipt of Purchase Order (Specifics To Be Detailed On Purchase Order) Prices are to be quoted F.O.B. DESTINATION, FREIGHT PREPAID AND ALLOWED with deliveries to be made inside building to: NOT APPLICABLE IMPORTANT NOTICE Proposal Distribution: The Rockland County Solid Waste Management Authority officially distributes its procurement documents from its office located at 420 Torne Valley Road, Hillburn, New York or through the Hudson Valley Municipal Purchasing Group s (the HVMPG ) Regional Bid Notification System. Copies of procurement documents obtained from any other source are not considered official copies. Only those vendors who obtain procurement documents from either the Authority Purchasing Department or the HVMPG Bid Notification System are guaranteed to receive addendum information, if such information is issued. If you have obtained this document from a source other than the Rockland County Solid Waste Management Authority Purchasing Department or the HVMPG Regional Bid Notification System, it is recommended that you obtain an official copy. NOTE: The Proposers shall complete all proposal forms included in this RFP, including the Statement of Non-Collusion. This requirement must be strictly complied with. The RFP constitutes only an invitation to provide a proposal to the Authority. The following describes the Authority s responsibilities, rights, and options as they relate to various business, legal, and financial aspects of the procurement effort. The Authority reserves, holds, and may exercise, at its sole discretion, the following rights and conditions with regard to the RFP. By responding to the RFP, Proposers acknowledge and consent to the following conditions relative to the procurement process and the selection of a Contractor to negotiate a Service Agreement. This RFP does not obligate the Authority to procure or contract for any services whatsoever. 1

3 All costs incurred by a Proposer in connection with responding to this RFP, the evaluation and selection process undertaken in connection with this procurement, and any negotiations entered into in connection with developing the Service Agreement will be borne by the Proposer. The Authority has the right to cancel this RFP without issuing another RFP The Authority reserves the right to waive any technicalities or immaterial irregularities in the proposals. The Authority reserves the right, at any time, to determine that any or all Proposers will not be selected for further consideration and to notify such Proposers of the Authority s determination. The Authority reserves the right to discontinue negotiations with any selected Proposer at any time prior to the execution of the Service Agreement. The Authority may conduct clarification discussions, at any time, with one (1) or more Proposers and request additional information relating thereto. The Authority may receive questions from Proposers and provide such answers, as it deems appropriate. All proposals become the property of the Authority and will not be returned. The Authority reserves the right to select and enter into a contract with the Proposer(s) who best satisfies the interests of the Authority and is most responsive to the RFP, and not necessarily on the basis of price or any other single factor. The Authority reserves the right to extend the deadline date for submission of proposals and modify schedule dates. The Authority reserves the right to reject, for any reason, any and all proposals and components thereof and to eliminate any and all Proposers responding to the RFP from further consideration for this procurement. The Authority reserves the right to issue additional or subsequent solicitations for proposals. The Authority reserves the right to enter into agreements for only portions (or not to enter into agreements for any) of the services solicited in the RFP. The Authority reserves the right to eliminate any Proposer who submits an incomplete and inadequate response or is not responsive to the requirements of this RFP. The Authority reserves the right to designate, at any time, one (1) or more Proposers with whom it may select to have a full evaluation of their proposal. The Authority reserves the right to amend, supplement, or otherwise modify this RFP, including the scope of services, or otherwise request additional information without prior notice. The Authority reserves the right to request Proposers to send representatives to attend Authority interviews. 2

4 All activities related to this RFP and the performance under the Service Agreement shall be subject to all applicable laws, as determined by the Authority. Any and all responses not received by the deadline for receipt of proposals may be rejected and returned unopened in the Authority s sole discretion. Neither the Authority, its staff, its representatives, nor any of its consultants will be liable for any claims or damages resulting from the solicitation, collection, review, or evaluation of responses to this RFP. The Authority (including its representatives and consultants) reserves the right to visit and examine any of the facilities referenced in each proposal and to observe and investigate the operations of such facilities. The Authority reserves the right to conduct investigations of the Proposers and their responses to this RFP and to request additional evidence to support the information included in any such response. The Authority reserves the right to enter into concurrent or sequential contract negotiations with two (2) or more Proposers. The Authority reserves the right to discontinue and resume negotiations. Notwithstanding any other provision set forth herein, no contract, agreement, or proposal awarded by the Authority shall be binding and valid until fully executed by the parties. The undersigned reserves the right to reject any and all proposals and to accept any proposal or proposals as submitted, or as modified, which in the opinion of the undersigned will be in the best interests of the Rockland County Solid Waste Management Authority. DATED: 06/06/18 ROCKLAND COUNTY SOLID WASTE MANAGEMENT AUTHORITY 420 TORNE VALLEY ROAD P.O. BOX HILLBURN, NY BY: JEREMY GOLDSTEIN DIRECTOR OF FINANCE 3

5 PROPOSER S CHECK LIST Your response to our above referenced proposal may be considered unresponsive and may be rejected if the following forms are not included. Notarized Affidavit of Non-Collusion as required by NYS Law Notarized Affirmative Action form. As per the RFP, the Rockland County Solid Waste Management Authority requires a current insurance certificate, with the Rockland County Solid Waste Management Authority listed as additional insured, to be on file at the Authority. A selected Proposer must provide the require insurance within five (5) business days from the notice of award. The Authority reserves the right to rescind the award if the insurance certificates are not provided within such five (5) business day period. Experience / References form. Prevailing Wage Rate Schedule included (PRC# ) OTHER: SCOPE OF WORK AND TECHNICAL SPECIFICATION ATTACHED Proposed Floor Plan/ Layout 4

6 INTRODUCTION AND GENERAL INFORMATION The Rockland County Solid Waste Management Authority (Authority) is located in Rockland County New York. The Authority is currently in need of a mobile office trailer for its Clarkstown Solid Waste Facility located at 166 South Route 303 West Nyack, NY and is seeking proposals for the rental of an office trailer consistent with the requirements set forth in RFP# for a term of 60 months. GENERAL CONDITIONS: INSTRUCTIONS FOR PREPARING PROPOSALS The Proposals will constitute formal offers to the Authority that are binding on the Proposer for 45 days from the submittal date of the proposal. All proposals must be provided in the format required herein. Proposers must provide one original and five (copies) of their proposal. All proposals shall be submitted in sealed envelopes and shall be plainly marked on the outside with the statement RFP Enclosed with the Proposer s name and title of the RFP. As indicated in the Procurement Schedule, proposals must be submitted no later than 2:00 p.m. June 18, 2018 to the attention of Dee Louis, Engineer I the Rockland County Solid Waste Management Authority, 420 Torne Valley, P.O. Box 1217, Hillburn, NY Proposal Forms must be completely filled in, in ink or by typing on original proposal form. No photocopies will be accepted. No proposal will be accepted which contains any changes, additions, omissions or erasures. The Executive Director of the Rockland County Solid Waste Management Authority reserves the right to waive any informality and to reject any or all proposals. Proposer must submit with proposal detailed specifications, circulars and all necessary data on items it proposes to furnish. This information must show clearly that the item offered meets all detailed specifications herein. The Executive Director of the Authority reserves the right to reject any proposal if its compliance with the specifications is not clearly evident. Proposals on equipment must be on standard new equipment, of latest model, and in current production, unless otherwise specified. All supplies, equipment, vehicles and materials must meet the provisions of the Occupational Safety and Health Act (OSHA). All Vendors must comply with provisions of the Toxic Waste Right to Know Law and provide the Authority with any and all information as required by law. The prices submitted shall be exclusive of Federal and State taxes and must not include any tax for which the Proposer may claim exemption because of doing business with the Authority. Prices shall be net, including transportation and delivery charges fully prepaid by the successful Proposer to destination indicated in the proposal. All proposals received after the June 18, 2018 deadline will not be considered and will be returned to the Proposer. The Proposer assumes the risk of any delay in the mail or in the handling of mail. 5

7 The right is reserved to award proposals on individual items or on total sums. Awards will be made to the most advantageous Proposer, as will best promote the public interest, taking into consideration the reliability of the Proposer, the quality of the materials, equipment, or supplies to be furnished, their conformity with the specifications, the purposes for which required, and the terms of delivery. No contract awarded pursuant to this RFP, either in whole or part, be assigned, transferred, conveyed, sublet or otherwise disposed of to any other person, company or corporation unless approval is first obtained in writing from the Executive Director. Should the successful Proposer fail to meet a delivery date required by the specifications, the Executive Director may, at her discretion, cancel the order and terminate the contract. In such event the Authority will assume no responsibility for any expense or loss to the successful Proposer because of such cancellation or termination. All formal purchase orders dated within the effective date of award will be invoiced at the proposal prices regardless of delivery date. Should any material or equipment delivered fail to meet the specifications, the Executive Director may, at her discretion require the vendor in writing to replace the same with material or equipment which does meet the specification and, at the vendor s expense, to remove the rejected material or equipment from wherever delivered or stored and in the event that such proper replacement and removal is not made by the vendor within 30 days, to cancel the order and terminate the contract, in which event the Authority will assume no responsibility for any expense or loss to the vendor because of such cancellation or termination. The Authority reserves the right to terminate any contract or award which arises as the result of this proposal, for any reason, that is in the best interest of the Rockland County Solid Waste Management Authority. Delivery of the trailer must be made as ordered and in accordance with the proposal and specification. The award contract shall bind the successful proposer on his part to furnish and deliver at the prices and in accordance with the conditions of this proposal. The firm selected as a result of this Request for Proposals to lease and install the mobile trailer (the Contractor ) shall comply with all the provisions of the laws of the State of New York and the United States of America which affect municipalities and municipal contracts, and more particularly the Labor Law, the General Municipal Law, The Workmen s Compensation Law, the Lien Law, Personal Property Law, State Unemployment Insurance Law, Federal Social Security Law, State, Local and Municipal Health Law, Rules and Regulations, and any and all regulations promulgated by the State of New York and of amendments and additions thereto, insofar as the same shall be applicable to any contract awarded hereunder with the same force and effect as if set forth at length herein. The Rockland County Solid Waste Management Authority reserves the right to extend the contract under the same terms and conditions for up to twelve (12) months from date of expiration provided such extension is mutually agreeable to both the Authority and the Contractor. 6

8 STATEMENT OF NON-COLLUSION In accordance with Applicable Law, all proposals and contracts awarded or accepted by a municipality must contain a Statement of Non-collusion. By submission of this Proposal, the Proposer certifies that: Each Proposer and each person signing on behalf of any Proposer certifies, and in the case of a joint Proposal, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: (a) (b) (c) (d) (e) The prices in this Proposal have been independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition as to any matter relating to such prices with any other proposer or with any competitor. Unless otherwise required by law, the prices which have been quoted in this Proposal have not been knowingly disclosed by the Proposer and will not knowingly be disclosed by the Proposer prior to opening, directly or indirectly, to any other proposer or to any competitor. No attempt has been or will be made by the Proposer to induce any other person, partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition. The person signing this Proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification under the penalties of perjury, affirms the truth thereof such penalties being applicable to the Proposer, as well as to the person signing on its behalf. If a corporation, the attached hereto is a certified copy of the resolution authorizing the execution of this certificate by the signature of this Proposal on behalf of the corporate Proposer. Resolved that (Name of Individual) be authorized to sign and submit the Proposal of for the and to certify as to non-collusion required by Applicable Law as the act and deed of such corporation and for any inaccuracies or misstatements in such certificates this corporate Proposer shall be liable under the penalties of perjury. Sworn to before me this day of, Signature and Title Notary Public Federal I.D. Number 7

9 Receipt of Confirmation PLEASE COMPLETE AND RETURN THIS CONFIRMATION FORM WITHIN 5 WORKING DAYS OF RECEIVING PROPOSAL PACKAGE TO: Purchasing Department Purchasing@rocklandrecycles.com Rockland County Solid Waste Management Authority 420 Torne Valley Road Phone: Fax: Failure to return this form may result in no further communication or addenda regarding this Proposal. Company Name: Address: City: State: Zip Code: Contact Person: Phone Number: EXT: Fax Number: I have received a copy of the above noted PROPOSAL. We will be submitting a Proposal We will NOT be submitting a Proposal I authorize the Rockland County Solid Waste Management Authority to send further correspondence that the Authority deems to be of an urgent nature by the following method: Courier Collect: Mail Signature: Title: 8

10 INFORMATION TO PROPOSERS OBLIGATION OF PROPOSERS A Contractor shall not plead misunderstanding or deception because of estimates of quantities, character, location, or other conditions surrounding the same. Permission will not be given to withdraw, or modify, or explain any proposal or proposal after it has been opened. The proposal shall specify the costs, in the manner hereafter described for which the items will be supplied according to the specifications, together with a unit price for each of the separate items as called for. Any proposal shall be deemed informal which does not contain prices set opposite to each of the several items for which there is a quantity exhibited in the itemized proposal. AWARD OF CONTRACT Award of contract will be made to the Proposer who provided the most advantageous proposer. The Authority or the Executive Director reserves the right to waive any informality or to reject any or all proposals and may advertise for new proposals, if the best interest of the county will be served. The Authority or the Executive Director may require any or all proposers to present evidence of experience, ability and financial standing as well as a statement as to the equipment which the proposer will have available for the executing of the contract. The Authority reserves the right to award the contract either on an item-by -item basis or as a total award of all items in combination. EXECUTION OF CONTRACT The proposer whose proposal is accepted will be required to execute the contract and furnish bonds and evidence of insurance within five days from date of Notice of Award, if required. In case of failure or refusal on the part of the proposer to enter into contract or to furnish bonds, if required, within the set period, the amount of deposit may be forfeited to the county and the contract may be awarded to the Proposer who provided the next most advantageous proposal. Upon the execution of the contract and approval of the bond, the deposit will be returned to the proposer. The deposit of persons other than the one to whom award of contract is made will be returned to the person or persons making the proposal immediately after the contract and bonds have been executed. NONRESTRICTIVE USE OF BRAND NAME OR EQUAL SPECIFICATIONS The use of a brand name is for the purpose of describing the standard of quality, performance, and characteristics desired and are not intended to limit or restrict competition. 9

11 GENERAL CONDITIONS FORM OF PROPOSAL All proposals shall be made in accordance with the requirements of this RFP and shall be contained in sealed envelopes addressed to: DEE LOUIS ENGINEER I Rockland County Solid Waste Management Authority, 420 Torne Valley Road, P.O. Box 1217, Hillburn, NY EXPERIENCE & EQUIPMENT Proposer shall submit with the proposal a Certificate of Experience for the past three (3) years. Certificate of Experience is included in these documents. CONTRACT EXECUTORY The contract shall be deemed executory only to the extent of moneys appropriated and available for the purpose of the contract, and no liability on account thereof shall be incurred by the political subdivision beyond the amount of such moneys. The contract is not a general obligation of the Rockland County Solid Waste Management Authority. It is understood that neither this contract nor any representation by any public employee or office creates any legal or moral obligation to appropriate or make moneys available for the purpose of the contract. ASSIGNABILITY OF CONTRACT The Contractor is prohibited from assigning, transferring, conveying, sub-contracting or disposing of this contract, or of any part thereof, or any payment to become due thereunder, or of his right, title or interest therein or his power to execute such contact to any other person or corporation without the previous consent in writing of the Authority awarding the contract. If the Contractor fails to comply with this clause, the Authority may immediately declare breach of contract. USE OF PREMISES The Contractor shall confine his equipment and the storage of materials, if any, and the portion of his employees to the limits directed by the Authority and shall not encumber the premises or any part thereof with his materials or equipment. All work shall be accomplished in such a manner as not to interfere with the orderly conduct of the business of the Rockland County Solid Waste Management Authority. Since the buildings are occupied, personnel shall be instructed to refrain from unworkmanlike conduct while on the job. FAILURE TO PERFORM Should the Contractor fail to perform as required by the specifications, the county may cancel the order and terminate the contract. In such event, the Authority will assume no responsibility for, nor will it reimburse the Contractor for any expense or loss to the contractor because of such termination or cancellation. The Authority will then purchase products/service on the open market and charge back the differences to defaulting vendor. AMENDMENTS TO PROPOSAL Any verbal information obtained from or statements made by the Representative of the Rockland County Solid Waste Management Authority or his designee at the time of examination of the documents or site shall not be construed as, in any way, amending the procurement documents. Only such corrections or addenda as are issued by the Authority in 10

12 writing to all Proposers (or through the HVMPG Bid Notification System) shall become a part of the RFP. Any addendum issued during the time of proposing shall be included in proposals and become a part of the Contract Agreement. INSURANCE: THE ROCKLAND COUNTY SOLID WASTE MANAGEMENT AUTHORITY, ITS OFFICERS, EMPLOYEES AND CONSULTANTS SHALL BE LISTED AS ADDITIONAL INSURED ON ALL INSURANCE CERTIFICATES, EXCEPT WITH RESPECT TO WORKER S COMPENSATION. INDEPENDENT CONTRACTOR: The CORPORATION / CONTRACTOR/ AGENCY / CONSULTANT, is an independent contractor and covenants and agrees that it, its agents, servants and/or employees, will neither hold itself/themselves out as, nor claim to be an employee, servant or agent of the AUTHORITY, and that it, its agents and employees will not make claim, demand or application to or for any right or privilege applicable to an officer or employee of the AUTHORITY including, but not limited to, Worker s Compensation coverage, unemployment insurance benefits, Social Security Coverage or retirement membership or credit. INSURANCE REQUIREMENTS: GENERAL LIABILITY: The CONTRACTOR shall, at its/his/her own cost and expense, procure and maintain insurance to cover his/her/its work, services, employees, agents and servants under the terms of this agreement which shall include, but not be limited to: or A. Comprehensive general liability insurance in a minimal amount of one million dollars, combined single limit (CSL). B. Comprehensive general liability insurance in a minimal amount of one million dollars, combined single limit (CSL); with two million dollars excess of one million dollars. Such insurance shall not contain exclusion for any of the following: Action over claims from injury to your employees or your subcontractor s employees Fall from a height or any height restriction Restriction of coverage for operations to only those operations listed in the declarations Underground exposure Excess Liability Insurance: The CONTRACTOR shall procure, pay for, and maintain during the entire term of the contract in an amount no less than $1,000,000 for each occurrence for bodily injury, and each occurrence of property damage excess liability insurance that follows form over the general liability and commercial automobile liability. WORKERS COMPENSATION: The CONTRACTOR shall procure, pay for, and maintain during the entire term of the contract such insurance as will protect both the Authority and the contractor from claims under worker s compensation acts and amendments thereto and from any other claims for property damage and for personal injury including death, which may arise from operations under this contract, whether such operations by contractor or by any other party directly or indirectly employed by the Contractor. Copy of Certificates to be provided to the Rockland County Solid Waste Management Authority. COMPREHENSIVE AUTOMOBILE INSURANCE: The CONTRACTOR procure, pay for, and maintain during the entire term of the contract in an amount no less than $1,000,000 for each occurrence for bodily injury, and each occurrence of property damage. 11

13 DISABILITY INSURANCE & UNEMPLOYMENT INSURANCE: The Contractor shall procure, pay for, and maintain during the entire term of the contract any disability benefits and unemployment insurance as required by law. Copy of Certificates to be provided to the Rockland County Solid Waste Management Authority. MALPRACTICE INSURANCE: (I.E. professional liability) in the amount of no less than one million and 00/100th ($1,000,000.00) dollars. If this box IS CHECKED, malpractice insurance IS REQUIRED. POLLUTION INSURANCE: in the amount of no less than one million and 00/100th ($1,000,000.00) dollars. If this box IS CHECKED, pollution insurance IS REQUIRED. CONTRACTOR TO HAVE ALL OTHER INSURANCE REQUIRED BY LAW. When the CONTRACTOR signs and returns this agreement, contractor shall provide the Authority (Purchasing Department) with a policy endorsement showing the above required insurance. The Rockland County Solid Waste Management Authority shall be named as additional insured on all insurance policies and policy endorsements, and the policies and policy endorsements shall provide that the insurance shall not be canceled or terminated without thirty (30) days prior written notice to the Rockland County Solid Waste Management Authority. Unless and until CONTRACTOR obtains such insurance and provides a policy endorsement to the Authority, this agreement shall not be effective and no moneys shall be paid or given to the CONTRACTOR. COMPLIANCE WITH LAWS The Contractor shall comply with all the provisions of laws in the State of New York and of the United States of America which affect municipalities and municipal contracts, and more particularly the Labor Law, Article 15-A of the NYS Executive Law, the Immigration and Naturalization Laws and Regulation, the General Municipal Law, the Workers Compensation Law, the Lien Law, Personal Property Law, State Unemployment Insurance Law, Federal Social Security Law, State, Local and Municipal Health Laws, Rules and Regulation, and any and all regulations promulgated by the State of New York and of amendments and additions thereto, insofar as the same shall be applicable to any contract awarded hereunder with the same force and effect as if set forth at length herein. The proposer s special attention is called to those laws which are set forth in detail below: A. NON-COLLUSIVE PROPOSING CERTIFICATION The form of non-collusion bidding/ proposing certification included as part of this proposal package must be executed by the proposer and submitted with the proposal. The Rockland County Solid Waste Management Authority or the Executive Director reserves the right to waive any informality or to reject any or all proposals. The proposal prices submitted shall be exclusive of Federal and State taxes and must not include any tax for which the proposer may claim exemption because of doing business with the Authority. B. DISCRIMINATION IN EMPLOYMENT The contractor will abide by the pertinent provisions of Articles 15 and 15-A of the Executive Law and of the Civil Rights Law of the State of New York relating to unlawful discriminatory practices. 12

14 D. AFFIRMATIVE ACTION PLAN The Contractor shall complete the Affirmative Action Plan Certificate included with the RFP and provide a copy of its affirmative action plan, if required pursuant to the certificate. E. SOCIAL SECURITY TAXES: The Contractor for the agreed consideration promises and agrees to pay the taxes measured by the wages of their employees required by the Federal Social Security Act and all amendments thereto, and to accept the exclusive liability for said taxes. The Contractor further promises and agrees to indemnify and hold the Authority harmless on account of any tax measured by the wages aforesaid of employees of the contractor assessed against the Authority under authority of said law. F. MINORITY AND WOMEN S BUSINESS ENTERPRISES: The Authority encourages the fullest possible utilization of Minority and Women Owned Business Enterprises (M/WBW). HOLD HARMLESS CLAUSE The Contractor shall defend, indemnify, save & hold harmless the Rockland County Solid Waste Management Authority, it s agents, officers and employees from and against all suits, or claims, which may be based upon any injury to or death of any person or persons or damage to property, which may occur, or which may be alleged to have occurred in the course of the performance of this agreement by the Contractor, whether such sum claimed shall be made by an employee of the contractor by a third person, or their representatives, and whether or not it shall be claimed that the said injury, death, or damage were caused through a negligent act, or omission, of the Contractor; and the Contractor shall, at its own expense, defend any and all costs and other expenses, arising therefrom, or incurred in connection therewith, and, if any judgment shall be rendered against the Rockland County Solid Waste Management Authority, it s agents, officers and employees in any such action, or actions, the contractor shall, at its own expense, satisfy and discharge the same. EXCULPATORY CLAUSE The Contractor agrees to make no claim for damages for delay in the performance of this contract occasioned by any act or omission to act of the Authority or any of its representatives, and agrees that any such claim shall be fully compensated for by an extension of time to complete performance of the work as provided herein. GUARANTEE Upon completion and acceptance by the Authority, the Contractor shall guarantee, in writing, to the Authority that all items supplied by contractor are free from any and all defects in workmanship and materials for a period of one year, and that all items will develop capacities and characteristics as specified. If, during period of one year from date of certificate of completion and acceptance of work, unless a longer period is specified, any such defects in workmanship, material or performance appear, he will remedy them without cost to the Authority. Should Contractor fail to remedy such defects within a reasonable length of time, to be specified in notice from the Authority. The Authority may have such work done and Contractor shall be responsible to pay for it. RIGHT TO KNOW LAW The successful proposer at the time of delivery of any toxic substance, which is defined as any substance with is listed in the latest printed edition of the National Institute of Occupational Safety and Health Registry of Toxic Effects of Chemical Substances or has yielded positive evidence of acute or chronic health hazards in human, animal or other biological testing, shall submit the following information to the Director of Purchasing: The name or names of toxic substance(s), including the generic or chemical name The trade name of the chemical and any other commonly used name 13

15 The level at which exposure to the substance(s) is determined to be hazardous, if known The acute and chronic effects of exposure of the toxic substance(s) at hazardous levels The symptoms of such effects of exposure of the toxic substance(s) at hazardous levels The potential for flammability, explosion and reactivity of such toxic substance(s) Appropriate emergency treatment for over exposure of the toxic substance(s) Proper conditions for safe use and exposure to such toxic substance(s) Procedures for cleanup of leaks and spills of such toxic substance(s) The successful proposer shall be required to comply with the provisions of Article 48 of the Public Health Law and Article 28 of the Labor Law, and as amended, at the time of delivery of any goods and material. AMERICANS WITH DISABILITIES The Rockland County Solid Waste Management Authority is committed to full compliance with the Americans with Disabilities Act. To that end, the Authority is committed to creating an accessible environment for all. To request accommodations that you may require, please call Jeremy Goldstein at Please request these accommodations five (5) business days in advance so that we can seek to meet your needs. 14

16 AFFIRMATIVE ACTION PLAN State of New York) :SS County of Rockland being duly sworn, deposes and says that he is the of the Corporation. That I (DO) (DO NOT) employ fifteen (15) employees and I (DO) (DO NOT DO) a minimum of $50,000 per annum business with the Rockland County Solid Waste Management Authority. Based on the above information, attached hereto, is an Affirmative Action Plan or, because of the above, no Affirmative Action Plan is necessary. SIGNED SWORN to before me this day of 200 Notary Public: **Strike out non-applicable information 15

17 ALL QUESTIONS PERTAINING TO THIS SOLICITATION MUST BE SUBMITTED IN WRITING. (PLEASE USE THIS FORM AND TO OR FAX TO TO THE ATTENTION OF PURCHASING DEPT. WE WILL RESPOND AS SOON AS POSSIBLE.) Date: Vendor Name: Phone: Fax: Question: 16

18 CERTIFICATION OF EXPERIENCE (THIS FORM MUST BE FILLED IN BY VENDOR) I HEREBY CERTIFY THAT (COMPANY) HAS PERFORMED THE FOLLOWING WORK WITHIN THE LAST THREE YEARS: NAME OF BUSINESS: CONTACT NAME: ADDRESS: AMOUNT OF CONTRACT: TELEPHONE NO.: TYPE OF WORK: FAX NUMBER: NAME OF BUSINESS: CONTACT NAME: ADDRESS: AMOUNT OF CONTRACT: TELEPHONE NO.: TYPE OF WORK: FAX NUMBER: NAME OF BUSINESS: CONTACT NAME: ADDRESS: AMOUNT OF CONTRACT: TELEPHONE NO.: TYPE OF WORK: FAX NUMBER: NAME OF BUSINESS: CONTACT NAME: ADDRESS: AMOUNT OF CONTRACT: TELEPHONE NO.: TYPE OF WORK: FAX NUMBER: NAME OF PROPOSER: BY: TITLE: WITNESS: 17

19 PROCUREMENT SCHEDULE Availability of RFB: Wednesday June 6, 2018 Scheduled Site Visit: No site visit has been scheduled for this solicitation. If any proposer would like to view the site, please contact: Denis O Donnell (845) Deadline for Receipt of Proposals: Monday June 18, 2018 at 2:00pm Selection of Proposer: Thursday June 28, 2018 Start Date of Project: As indicated on Purchase Order 18

20 COST PROPOSAL FORM Recurring Costs Monthly Rental Amount (based on sixty (60) month lease): In Numbers: One Time Costs In Words: (1) Cost of Building Delivery and Building Installation: In Numbers: In Words: (2) Cost of Modifications and Upgrades: Ramp Installation Wood Skirting Installation Canopy Installation Total Cost of One Time Costs (1 + 2) In Numbers: In Words: **Proposed Floor Plan to be submitted with Proposal** 19

21 SCOPE OF WORK AND TECHNICAL SPECIFICATIONS ATTACHED 20

22 1. Introduction The Rockland County Solid Waste Management Authority (Authority) is located in Rockland County New York. The Authority is currently in need of a mobile office trailer for their Clarkstown Solid Waste Facility located at 166 South Route 303 West Nyack, NY and is seeking proposals for a rental of an office trailer. The office trailer to be provided to the Authority will require at minimum the following features: No. of Offices 2+ Reception Alcove Conference Room Break Room No. of Restrooms Plumbing Fixtures Lighting Hitch Type Electrical Wiring Sprinkler Frame Type Ceiling Water Heater Floor Covering Misc. Options Wind Load Roof Load Floor Load Electrical Panel 1 Restroom 1 Sink, 1 Toilet Diffused, Exterior Lights Detachable 120 Volt None Perimeter T-Grid/ Drop Emax/ Chronomite Carpet, Tile Blinds, Emergency Lighting Large Window 4 x4 90 mph 40 lbs 50 lbs Interior Mount, 150 Amp, 1 Panel 21

23 A/C Rating Heat HVAC Axles Exterior Color Interior Finish Exterior Doors Exterior Finish Windows Window Glazing Window Frame 3 Ton 15 kw Wall/ End Mount 4 Axles Grey Vinyl Covered Gypsum Steel, Single French Door Smartpanel (12) 24 x 53 Vertical Slider Clear, Double Pane White Vinyl EPDM/ Rubber See Attached Sample Floor Plan 22

24 2. Minimum Specifications The contractor will be required to furnish and install the mobile office trailer as follows: Overall Minimum Dimension 24 Wide x 60 Long 2.1. Scope of Work: Furnish and install mobile office trailer as per minimum specifications. Contractor shall submit floor plan with Proposal as part of evaluation. Contractor to callout utility connection(s) on submitted floor plan. Authority shall be responsible to make all utility connection(s). Contractor shall install office trailer in designated location by Authority Contractor shall be responsible for foundation. 3. Modifications and Upgrade Ramp leading to the trailer entrance o Furnish and supply 6 x 10 pressure treated deck with steps and a straight 30 ramp running right to left in front of building from front deck with white PVC railings on decks and steps. o Hand rails to be white PVC on ramps. o Set on grade, no footings. Wood Skirting o Skirt building with T1-11. Canopy o Furnish and install 10 x 40 canopy over deck at main entrance attaching to building. 4. Terms and Conditions 4.1. The Project s Scope of Work is not intended to be all inclusive, but instead defines the Authority s minimum expectations and requirements Proposers are advised that the State of New York requires minimum wage standards for municipal projects for the full duration of construction as prepared by the New York Department of Labor and set forth in the Prevailing Wage Law. A copy of the Rockland County Prevailing Wage Rates listing is attached After determining the overall completeness and responsiveness of the Proposals, the evaluation team will conduct an evaluation of responsive Proposals based on but not limited to the minimal criteria contained in this section. 5. Evaluation 5.1. This section describes the Authority s proposal evaluation process and criteria. The Authority will evaluate the total cost of each proposal and the Proposer s ability and willingness to meet all of the Proposer s responsibilities outlined in this RFP. Each section of a proposal will be evaluated in terms of the commitments made, the completeness and the reliability of the approach taken, and the conformance with the requirements and instructions provided in this RFP. A Proposer s failure to adequately respond to all of the technical and pricing requirements in this RFP, to accurately complete 23

25 the Proposal Forms, including the Cost Proposal Forms, to provide business related and other information required in the RFP shall be grounds to deem a proposal as non-responsive Selection will not be based solely on the lowest cost to the Authority, although cost will be a factor in the evaluation process Evaluation Team. The proposal evaluation and selection process described in this Section will be conducted by an evaluation team led by the Authority. The team will consist of personnel from the Authority and its technical, legal and financial consultants Proposers will be evaluated based on the following criteria: Price Floor Layout Quality of Material References Experience 5.5. Award will be made to the most advantageous Proposer as determined by the Authority pursuant to this RFP. 24

26 Sample Floor Plan

INVITATION TO BID BIDDER S NAME: PHYSICAL ADDRESS: Bidders must list a physical address MAILING ADDRESS : (P.O. BOX NUMBER, IF APPLICABLE)

INVITATION TO BID BIDDER S NAME: PHYSICAL ADDRESS: Bidders must list a physical address MAILING ADDRESS : (P.O. BOX NUMBER, IF APPLICABLE) PAGE: 1 INVITATION TO BID BIDDER S NAME: PHYSICAL ADDRESS: Bidders must list a physical address MAILING ADDRESS : (P.O. BOX NUMBER, IF APPLICABLE) Bids for the above referenced bid number and title will

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY 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 information

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR Spray foam services At Wyoming County of Wyoming Animal shelter PRC # 2018009820 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the County of Wyoming

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

More information

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

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

More information

City of Albany, New York

City of Albany, New York City of Albany, New York REQUEST FOR PROPOSALS FOR THE PROVISION OF BOND COUNSEL SERVICES Proposal Number 2012-03 March 19, 2012 SECTION 1: PURPOSE 1.1 The City of Albany hereby requests proposals from

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS

MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS MINIMUM SPECIFICATIONS FOR MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS FOR THE PINES HEALTHCARE AND REHABILITATION OFFICE OF THE CLERK CATTARAUGUS

More information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

Scofield Ridge Homeowners Association

Scofield Ridge Homeowners Association Scofield Ridge Homeowners Association RFP #2012-003 Subject: Entrance Monument Design & Construction Due: March 30, 2012 2:00pm CST c/o Goodwin Management, Attn.: Debra Johnson * 11149 Research Blvd.,

More information

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

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

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Posting Date: April 22, 2013 Response Deadline: May 6, 2013 10:00 a.m. Central Daylight Time (CDT) To: John Machnik,

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

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

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

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH 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 information

City of Albany, New York Traffic Engineering

City of Albany, New York Traffic Engineering City of Albany, New York Traffic Engineering REQUEST FOR PROPOSALS FOR THE PROVISION OF ENGINEERING SERVICES Traffic Signal Design Services RFP No. TE-11-001 November 15, 2011 SECTION 1: PURPOSE 1.1 The

More information

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

INVITATION TO BID Town Hall First Floor Renovation Project, Windsor CT. Town Hall First Floor Renovation Project, Windsor CT. INVITATION TO BID 1. Sealed bids are invited by the Town of Windsor Public Building Commission, Windsor, CT, hereinafter called the Owner, for the Project: "Town Hall First Floor Renovation Project, Windsor

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m. PUR884 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE September 6, 2017 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive proposals from qualified

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

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

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES INTRODUCTION A. Overview The Sullivan County Land Bank Corporation ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to obtain Accounting

More information

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

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

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

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

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Communications Tower BID OPENING DATE: August 25, 2014 TIME: 2:00 P.M.

More information

West Ridge Park Ballfield Light Pole Structural Assessment

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

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

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

W I T N E S S E T H:

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

More information

CHEROKEE 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: 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 information

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave) COUNTY OF SAGINAW Request for Proposal Saginaw Spirit Locker Suite Renovations and Addition The DOW (303 Johnson Street, Saginaw) Pre-Proposal/Site Tour Tuesday, November 22, 2016 @ 10:00am The Dow-Lobby

More information

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street

More information

SOMERSET COUNTY INSURANCE COMMISSION

SOMERSET COUNTY INSURANCE COMMISSION SOMERSET COUNTY INSURANCE COMMISSION REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES The Somerset County Insurance Commission ( Commission ) is soliciting proposals through a fair and open process in accordance

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

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

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

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

More information

RFP GENERAL TERMS AND CONDITIONS

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

More information

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES October 30, 2014 Kansas City Public Library 14 West 10 th Street Kansas City, Missouri 64105 Proposals will be accepted until: 11:00

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

I 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 # 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 information

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

More information

INVITATION TO BID Retaining Wall

INVITATION 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 information

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE Book No. BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE SUBMITTED BY: City of Oneida 109 North Main Street Oneida NY 13421 TABLE OF CONTENTS PAGE ADVERTISEMENT - INVITATION TO BID A - 1 INSTRUCTIONS

More information

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

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

More information

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT The City of Des Peres is soliciting bids from qualified vendors to remove, furnish and install new flooring in activity rooms A and

More information

Mold Remediation and Clean Up of Central High School

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

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE 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 information

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

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

More information

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES REQUEST FOR SEALED QUALIFICATIONS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES Contract Term February 1, 2017 through January 31, 2018 SUBMISSION

More information

City of Albany REQUEST FOR PROPOSALS FOR THE PROVISION OF FOOD CONCESSION SERVICES IN CITY HALL. RFP Number December 4, 2013

City of Albany REQUEST FOR PROPOSALS FOR THE PROVISION OF FOOD CONCESSION SERVICES IN CITY HALL. RFP Number December 4, 2013 City of Albany REQUEST FOR PROPOSALS FOR THE PROVISION OF FOOD CONCESSION SERVICES IN CITY HALL RFP Number 2013-20 December 4, 2013 SECTION 1: PURPOSE 1.1 The City of Albany, New York is requesting proposals

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO. 018-017 NOTICE The Liberty Public School District #53 (District) will accept proposals for video interviewing software as described in the attached

More information

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY SEEKS PROPOSALS FOR FINANCIAL ADVISORY CONSULTANT SERVICES FOR THE PERIOD JANUARY 1, 2018 TO DECEMBER 31, 2018 Introduction Pursuant to the Fair

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

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

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

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

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS CITY OF SYRACUSE REQUEST FOR QUALIFICATIONS SERVICES FOR REDUCING BLIGHTING INFLUENCES OF RESIDENTIAL STRUCTURES FUNDED BY THE CITY OF SYRACUSE DEPARTMENT OF NEIGHBORHOOD & BUSINESS DEVELOPMENT DIVISION

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional firms licensed in

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

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

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

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL FINANCE DEPARTMENT I N V I T A T I O N T O B I D GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent BID #33-16 RECONSTRUCTION OF RETAINING

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

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

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS Central Dispatch 911 Center Architectural Services ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Date: September 28, 2018 Project Representative: Elaine Richardson

More information

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST) To: Raymond

More information

Request for Proposal Internet Access

Request for Proposal Internet Access Philadelphia/Neshoba County Public Library Request for Proposal Internet Erate Funding Year July 1, 2015 through June 30, 2016 REQUEST FOR PROPOSAL Internet Philadelphia/Neshoba County Public Library January

More information

HOUSEHOLD HAZARDOUS WASTE PROGRAM

HOUSEHOLD HAZARDOUS WASTE PROGRAM MINIMUM SPECIFICATIONS FOR HOUSEHOLD HAZARDOUS WASTE PROGRAM FOR CATTARAUGUS COUNTY DEPARTMENT OF PUBLIC WORKS REFUSE DIVISION OFFICE OF THE CLERK CATTARAUGUS COUNTY LEGISLATURE 303 Court Street Little

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION SPECIFICATIONS FOR DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST.THOMAS, UNITED STATES VIRGIN ISLANDS JUNE 2016 VIRGIN ISLANDS PORT AUTHORITY

More information

KELTY TAPPY DESIGN, INC.

KELTY TAPPY DESIGN, INC. KELTY TAPPY DESIGN, INC. ARCHITECTURE PLANNING URBAN DESIGN FURNITURE BID DOCUMENTS LAGRANGE COUNTY PUBLIC LIBRARY Introduction Thank you for your interest in providing furniture-related items for the

More information

NOTICE IS HEREBY GIVEN

NOTICE IS HEREBY GIVEN Ontario County Purchasing Department 20 Ontario Street Canandaigua New York 14424 www.ontario.ny.us Phone 585-396-4442 Fax 585-396-4250 NOTICE IS HEREBY GIVEN that the County of Ontario (the County ) will

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT COUNTY OF STEUBEN 3 EAST PULTENEY SQUARE BATH, NEW YORK 14810-1510 (607) 664-2484 Request for Quotation RE: Maintenance & Upgrade UPS System #GC-17-047-Q Notice is hereby given that

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

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REF #242013RFPSW DUE DATE: 4:00 PM, February 19, 2013 Luzerne County

More information

REQUEST FOR PROPOSALS CITY OF CONROE PD DISTRIBUTED ANTENNA SYSTEM (DAS) SERVICE FOR CELLULAR ENHANCEMENT

REQUEST FOR PROPOSALS CITY OF CONROE PD DISTRIBUTED ANTENNA SYSTEM (DAS) SERVICE FOR CELLULAR ENHANCEMENT REQUEST FOR PROPOSALS CITY OF CONROE PD DISTRIBUTED ANTENNA SYSTEM (DAS) SERVICE FOR CELLULAR ENHANCEMENT CITY OF CONROE P.O. BOX 3066 CONROE, TEXAS 77305 RESPONSES DUE JULY 27, 2017 @ 2:00 PM PROJECT

More information

Sale Agreement - Bill of Sale #4415. Newfield Exploration Co. Property / Exhibit A. Lot Number Description Location Price () Return To

Sale Agreement - Bill of Sale #4415. Newfield Exploration Co. Property / Exhibit A. Lot Number Description Location Price () Return To Seller Buyer Newfield Exploration Co Property / Exhibit A Lot Number Description Location Price () Pick up Date Return To support@networkintl.com Effective Date In witness... Seller Newfield Exploration

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION TOWNSHIP OF PEQUANNOCK REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION The Township of Pequannock, a municipal corporation in the County of Morris and the

More information

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and

More information

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library PINE MOUNTAIN REGIONAL LIBRARY SYSTEM Request for Quote Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library Submission Date/Time: March 22, 2019, 5:00 pm

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS Request for Bids SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS DONALD CERRONE, CHAIRMAN JOHN M WALSH, VICE-CHAIRMAN

More information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES Proposals

More information

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN SEALED BIDS DUE: SEPTEMBER 27, 2018 BY 2:00 PM Procurement & Contracts Administrator Department of Finance Midland County Services Building

More information

KITSAP COUNTY INFORMAL BID REPAIRS TO HOUSE OWNED BY KITSAP COUNTY (SEWER UTILITY) LOCATED AT LEMOLO SHORE DRIVE NE, POULSBO WA 98370

KITSAP COUNTY INFORMAL BID REPAIRS TO HOUSE OWNED BY KITSAP COUNTY (SEWER UTILITY) LOCATED AT LEMOLO SHORE DRIVE NE, POULSBO WA 98370 KITSAP COUNTY INFORMAL BID 2016-140 REPAIRS TO HOUSE OWNED BY KITSAP COUNTY (SEWER UTILITY) LOCATED AT 17152 LEMOLO SHORE DRIVE NE, POULSBO WA 98370 BID SUBMISSION DATE: MAIL: HAND DELIVERY / COURIER:

More information

2018 Recreation Center Dectron Unit - R22 Refrigerant

2018 Recreation Center Dectron Unit - R22 Refrigerant Request for Proposals Equipment and Supplies March 5, 2018 2018 Recreation Center Dectron Unit - R22 Refrigerant Proposals Due: Thursday, March 15, 2018, 2:00pm Dan Voss Park District of Highland Park

More information

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE REQUEST FOR PROPOSALS Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE Issued by the: Economic Development Corporation of the City of Detroit

More information

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

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

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional engineering firms

More information

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: RFP No. DPL-CL-1904 Issued: September 25, 2018 Due Date: October 16, 2018 at 2:00 p.m. Page 2 of 11 DPL-CL-1904 The

More information

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

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

More information