RFP Request for Proposal Elevator Repair and Inspection Services

Size: px
Start display at page:

Download "RFP Request for Proposal Elevator Repair and Inspection Services"

Transcription

1 RFP Request for Proposal Elevator Repair and Inspection Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services for multi-family housing sites. Elevator Repair/Inspection Services General Boulder Housing Partners will award contracts to the top bidder for the above listed contract. A contract will be generated for a term of three years, with an option to renew for two additional years. Prices for services will be frozen for a period of three years at amounts proposed and agreed to in said contracts for the term of the contracts. Exceptions will be noted. All interested qualified parties should contact Laura Sheinbaum at BHP at (720) The bid packet is available for viewing and printing from our website, after 4:00 pm on February 10, Please click on Bid/RFP tab on the website and bid packet with attachments will be listed as Request for Proposal, RFP # , Elevator Repair and Inspection Services. Submittals are due by 4:00 pm on February 27, One copy of your bid, printed single-sided, must be submitted in a sealed envelope, clearly marked as RFP# Proposals should be delivered to the following address and date and time stamped by the due date and time. Any RFP received after the due date and time will be returned unopened to the bidder. No faxed or ed RFPs will be accepted. Summary of RFP Dates: Boulder Housing Partners Attention: Laura Sheinbaum Project Manager 4800 Broadway, Boulder, CO February 10, 2014: February 27, 2014: March 11, 2014: RFP Package Available RFP Proposal Submission Deadline, 4:00 pm Award of Contract and Notification 1

2 Submittal Requirements and Format: Submittals from contractors will not be evaluated unless BHP receives submittal letter and supporting data which shall include the following list of items and in this order. Submittals are prepared at the firm s expense and upon submission become the property of BHP and therefore become a matter of public record once the successful firm has been chosen and contract awarded. Proposals shall be delivered in a sealed envelope clearly marked with the RFP # To be included in the submission in this order: 1. Cover letter of no more than two pages that includes a written summary of why your firm would provide excellent service to BHP. 2. Owner s name, company name, address, phone, fax, and Type of work contractor licensed to perform and specialization of firm. 4. Pricing as requested in the appropriate attachment for the service contract being bid. Please copy and use the pricing table(s) for your submission. 5. Insurance Company Name, address, phone, fax, and Proof of General Liability, Workers Compensation, Automobile Insurance, and Pollution Insurance (if applicable). Appropriate limits for insurance are listed in the attached contract. If a contract is awarded, BHP must be named on your insurance forms. 7. List and description of projects in which the firm has participated in the past three years. 8. Organizational chart or narrative including principals and individual responsible for work. 9. Two references for whom the firm has performed related work for in the last three years. 10. Sample Contract. If your firm needs additional language or addendums, please provide with proposal. 2

3 SELECTION CRITERIA: BHP will use the following selection criteria to select the top two firms for each service contract identified. The selection criteria are based on a 100 point evaluation: Criteria Pricing Ability and experience in performing the required service or product supply References Ability to sign BHP contract Complete Proposal Points on 100 point Basis 35 points 25 points 20 points 10 points 10 points Boulder Housing Partners does business in accordance with the Federal Fair Housing Law (the Fair Housing Amendments Act of 1988). BHP shall not discriminate against or in favor of any bidder on the basis of race, religion, sex or sexual preference, age, national origin, disability or political affiliation. Boulder Housing Partners reserves the right to terminate the selection proceedings at its option at any time during the process. Grievance If after submitting a proposal, contractors feel that they or their proposal were not treated or considered fairly, contractors may contact BHP Maintenance Department for information on grievance procedures no later than March 30, 2014 at 2:00 pm. 3

4 BHP Reservation of Rights: 1. BHP reserves the right to reject any or all proposals, to waive any informality in the RFP process, or to terminate the RFP process at any time, if deemed by BHP to be in its best interests. 2. BHP reserves the right not to award a contract pursuant to this RFP. 3. BHP reserves the right to terminate a contract awarded pursuant to this RFP, at any time for its convenience upon 10 days written notice to the successful bidder. 4. BHP reserves the right to inspect work at any time during the ongoing work. 5. BHP reserves the right to determine the days, hours and locations that the successful bidder shall provide the services called for in this RFP. 6. BHP reserves the right to retain all proposals submitted and not permit withdrawal for a period of 60 days subsequent to the deadline for receiving proposals without the written consent of BHP Procurement Officer. 7. BHP reserves the right to negotiate the fees proposed by the bidder. 8. BHP reserves the right to reject and not consider any proposal that does not meet the requirements of this RFP, including but not limited to incomplete proposals and/or proposals offering alternate or nonrequested services. 9. BHP shall have no obligation to compensate any bidder for any costs incurred in responding to this RFP. 10. BHP shall reserve the right to at any time during the RFP or contract process to prohibit any further participation by a bidder or reject any proposal submitted that does not conform to any of the requirements detailed herein. 4

5 Additional Requirements Once Contract Signed The contract generated by this RFP may be cancelled by BHP for noncompliance with specifications, inability to perform the contracting requirements of BHP or continued safety hazards. The cancellation notification shall state the cause or reason for the cancellation. Such cancellation would be at no charge to BHP other than for work authorized and completed at the time of termination. The contractor shall provide all items, articles, operations mentioned or herein specified, related labor services, tools, equipment, transportation and incidentals necessary and required for satisfactory, acceptable completion of the contracted work or delivery of materials. Owner may inspect work at any time during the ongoing work. Should a problem with the materials or the work performed by the Contractor occur during the course of this contract, and should it be shown that the case of this problem is faulty work, the Contractor shall repair such problem fully at Contractor s own expense. After completion of work, Contractor will return the site to its original condition as determined by the Managing Agent. Any work required to return the property to its original condition will be at the Contractor s expense. Contractor will repair damage to the site which is caused by the contractor. After completion of work, Contractor will return the site to its original condition as determined by the Managing Agent. Any work required to return the property to its original condition will be at Contractor s expense. Contractor will repair damage to the site which is caused by the contractor. Contractor shall be responsible for any injury, damage or loss to all public and private property caused directly, in whole or in part, by their employees or agents or anyone directly or indirectly employed by them or anyone for whole acts any one of them may be responsible. The contractor shall comply with all applicable laws and codes bearing on the safety of persons or property of their protection, from injury, damage, or loss. Contractor is responsible for the means, methods and sequence of work and all safety aspects of this work. To the maximum extent permitted by law, Contractor agrees to indemnify, hold harmless, and defend Owner and Owner s Agents from and against any and all claims or damages arising from Contractor s performance of this agreement, as well as acts committed during the course of this agreement by any of Contractor s officers, employees, guests, invitees, and those doing business with Contractor. Contractor assures that all existing and every new staff working on site do not have a criminal background which would indicate that they could present a threat to residents or staff. Acceptable criminal background is no felony arrests or convictions within five years and no pattern of misdemeanors (three or more) within five years. The Managing Agent may terminate this contract if this provision is violated. Contractor certification regarding criminal background included in attachments. 5

6 Every effort must be taken to insure the safety and security of the residents of BHP and properties owned by BHP. Contractor agrees that if keys to buildings are misplaced, lost or stolen, the Contractor will absorb all costs incurred to correct the situation. Work will be completed by BHP maintenance staff or contracted and billed to Contractor. Contractor will disclose to the Managing Agent if anyone working for the contractor is related to an employee of Boulder Housing Partners prior to signing this contract. Insurance Requirements Contractor shall secure, pay the premiums for, and keep in force until the expiration of their contract adequate liability insurance and Worker s Compensation Insurance as provided by Colorado law. Certificate of insurance for Worker s Compensation and for liability shall be delivered to BHP or kept on file at BHP prior to start of contract. Any policy change shall be reported to BHP and certificate forwarded to BHP. By signing a contract generated by the RFP, the contractor understands that neither they nor their employees are covered by any BHP insurance policy. All copies of proof of insurance will be submitted to BHP along with the RFP. Contractors may send a copy of the required insurances with their proposal, but the work of the RFP can not begin, nor contract executed until original insurance verification forms are on file at the BHP offices. The following insurance coverage is required: Commercial General Liability: Minimum of $150,000 per person and $1,000,000 per occurrence. Worker s Compensation Insurance: Equal to or at least $100,000 per employee. Automotive Insurance: Minimum of $100,000/$300,000 for bodily insurance and $50,000 for property damage. Pollution Insurance: Recommended minimum coverage of $1,000,000 per occurrence. Only necessary if contractor spraying or applying chemicals outdoors. Wage Rate Determination: If applicable, the Contractor is responsible for certifying that all of the contractor s employees are being paid the same or more than the HUD Wage Rate Determination for Boulder County for the trade being bid. 6

7 Section A: Scope of Work for Elevator Services 1. BHP owns and manages residential properties that contain two elevators at each location, one office building with one elevator, and one community center with one elevator. Two additional residential apartment buildings are in the process of being built and will be coming on-line for service in All elevators require monthly routine service, annual inspection and safety tests, coordinated with a third party inspector and the State of Colorado, and occasional emergency service calls. The elevator service company contracted by BHP will be required to be on call 24 hours a day, 7 days a week to respond to any necessary emergency maintenance calls. 2. Service Locations: The successful proposer will, as required by code, law or regulation, provide the required services to the elevators installed in the following HA developments: Location # of Elevators # of Stops Canyon Pointe Apartments, 700 Walnut Street, Boulder, CO Walnut Place Apartments, 1940 Walnut Street, Boulder, CO Northport Apartments, 1133 Portland Place, Boulder, CO BHP Office Building, 4800 Broadway, Boulder, CO Broadway East Community Center, 3114 Broadway, #1, Boulder, CO Broadway West Apartments, 3120 Broadway, Boulder, CO Full-maintenance Contract: The ensuing contract shall be considered to be a full-maintenance contract, in that the Contractor shall be responsible to perform all services necessary to maintain all of the applicable equipment in working order at all times. The HA will reimburse the Contractor for parts used on a cost plus basis as detailed herein. 5. Required Services: The services shall include, but are not limited to, no less than monthly inspection and servicing to include the cleaning, lubrication, adjusting and repair of the vertical transportation equipment, including the cleaning of the machine room, hoist way, pits and elevator car tops. The maintenance shall include the repair or 7

8 replacement of electrical and mechanical parts, including hoist ropes, whenever required. As conditions warrant, repair or replace all portions of the elevator systems to maintain code standards, manufacturer's standards and the standards listed within this contract. 6. Contractor shall have on call 24 hours a day 7 days a week qualified personnel to respond to emergency elevator maintenance. 7. Contractor shall be responsible for assuring that each service call or inspection is performed correctly and in compliance with all applicable codes and laws governing elevator equipment service and maintenance. 8. Contractor shall leave elevator equipment rooms in a clean safe condition. 9. Return to Site: Within no more than 1 hour of being notified by the HA, the Contractor shall return to any site to correct or again inspect any work already performed. In the case of a call-back due to an emergency (i.e. person stranded in elevator or elevator out of operation, etc.), the Contractor shall return to the site within 1/2 hour of being notified by the HA or the HA's representative. 10. Repair/Replacement: As a part of the services provide pursuant to this RFP and the ensuing contract, the Contractor shall provide the labor to repair or replace any worn or defective elevator equipment, including but not limited to the following, if applicable to the existing HA equipment: a. Machine; worm; gear; thrust bearing; drive sheave; drive sheave shaft bearings; brake pulley; brake coil; brake contact; linings; and component parts; b. Motor and motor generator; motor windings; rotating element; commutator; brushes; brush holders, and bearings; c. Controller; selector and dispatching equipment; all relays; solid state components; resistors; condensers; transformers; contacts; leads; dashpots; timing devices; computer devices; steel selector tape; electrical traveling cable; and mechanical and electrical driving equipment; d. Governor; governor sheave and shaft assembly; bearings; contacts; governor jaws; and governor wire rope; e. Deflector or secondary sheave; bearings; car and counterweight guide rails; top and bottom limit switches; governor tensions and sheave assembly; compensating sheave assembly; counterweight and 8

9 counterweight guide shoes; including rollers or gibs, hoist cable and comp-cable; f. Elevator pump; motor; plunger; plunger packing; v-belts; strainers; valves; and mufflers; g. Hoist way door interlocks; hoist way door hangers; bottom door guides; and auxiliary door closing. 11. Labor vs. Parts/Supplies: The Contractor shall be responsible to provide all labor to accomplish the services noted herein. The HA shall be responsible to pay to the Contractor, at the rate agreed upon (i.e. cost plus) for all parts, equipment and supplies used to accomplish the work. 12. Additional Work: Additional work shall be performed by the Contractor only if the HA has given prior written permission to do so. All such work shall be at the HA s expense, unless such damage or problem was necessitated by the actions or lack of action of the Contractor. 13. Parts/Supplies: In performing the required work the Contractor agrees to provide only genuine parts used by the manufacturer of the equipment for replacement or repair and to only use those lubricants obtained from and/or recommended by the manufacturer of the equipment, except that equivalent parts or lubricants may be used if approved in writing by the HA representative named in the ensuing contract. Parts or equipment required for repairs shall, if applicable, be rebuilt to an "as new" condition. No parts or vertical transportation equipment covered under the ensuing contract shall be permanently removed from the job site without the written permission of the aforementioned HA person named in the ensuing contract. 14. Performance Requirements: Each proposer shall provide the performance standards he/she will meet for each of the applicable elevators. In any case, all work shall be conducted pursuant to the manufacturer s current standards. Please note that: a. Floor-to-floor times are measured from the time the doors start to close, including typical one-floor travel, and until the elevator is approximately level with the next successive floor, either up or down, and the doors is 3/4 open. b. Door opening times are measured from the start of the car door opening until the doors are in the fully open position. c. Door closing times are measured from start of door closing until the hoist way doors are fully closed. d. Accuracy of leveling shall be measured under all load conditions. 9

10 e. Variance from rated speed, regardless of load, shall not exceed +/- 5%. f. All hydraulic elevators will have a running speed of FPM (feet per minute) recommended by the manufacturer and shall meet door opening time, door closing time, and floor accuracy as described above. g. Door closing pressure shall not exceed the pounds recommended by the manufacturer. h. In accomplishing these requirements, the Contractor shall maintain a comfortable elevator ride ("comfortable," in the opinion of the designated HA contact person), with smooth acceleration, retardation and soft stop. Door operation shall be quiet and positive with smooth checking at the extremes of travel. 16. Service Calls: After completing a service call, the Contractor's representative shall provide to the HA a job ticket. The ticket shall include, but not be limited to, the following information: a. Company name; b. Printed name(s) of the personnel performing the work; c. Date of service; d. Specific elevator and equipment worked on; e. Detailed description of the work performed; f. Parts used; g. Specific and total time spent on job. 17. Service Log: The Contractor shall maintain at the site, at the location designated by the HA, a complete log of all visits, service and trouble calls by the Contractor. This log will be filled out whenever the Contractor visits the site for any reason, and shall include, at a minimum, the date and time the work was performed, a description of the work performed, and the printed name of the person performing the work. 18. Modifications: At any time during the ensuing contract period, should the Contractor wish to make any change, modification or addition to the existing equipment, including whether or not such entails additional payment to the Contractor by the HA, the Contractor shall submit such request in written form to the designated HA contact person and may not proceed unless written permission is granted to proceed. 10

11 19. Wiring: All exposed wiring shall be held to an absolute minimum. Wiring shall typically be installed in conduit, EMT or pipe, especially when required by any of the aforementioned regulations, codes and/or laws. 20. Equipment: No related equipment, whether the HA or the Contractor owns such, may be removed without the written permission of the designated HA contact person, and then such will occur only at the convenience of the HA. If the Contractor desires to remove such equipment, he/she shall deliver to the designated HA contact person at least 10 days prior to such a written notice of his/her intent to do so, along with a detailed explanation as to why he/she feels such is necessary. 21. Traffic Plan/Public Safety: The Contractor shall be responsible for maintaining public convenience and safety, both inside and outside of the related areas of the premises, during the performance of the work. When necessary, the Contractor shall provide portable barriers, clearly distinguishable, and placed at least 20 feet in front of the work area. All barriers must be prominently marked to warn pedestrians and placed in such a manner to ensure safe passage around the work area. 22. Employee Identification: At all times while on HA property to perform work, all employees, agents and representatives of the Contractor shall wear distinctive identifications (i.e. uniforms; photo ID badge; etc.) to clearly identify that person as a representative of the Contractor. 23. Periodic Testing: The Contractor shall make required tests, including annual no-load, low speed test of car safeties and governors; full-load, rated-speed test of hydraulic buffers and safeties on cable-type elevators. 24. Response Time: The Contractor shall arrive at the site within 2 hours or receipt of the call that the equipment is inoperable or in problem status. If the Contractor cannot do so due to another emergency situation, the Contractor shall immediately notify the designated HA contact person of such. As to emergencies (i.e. person stuck in elevator), the Contractor must arrive within 1/2 hour of receipt of such call, or must immediately notify the designated HA contact person of his/her inability to do such. In each case, the HA shall then have the right to contact another firm to address the problem at the Contractor's expense. 25. Normal Work Hours/Overtime Costs: Unless otherwise approved by the designated HA contact person, all scheduled work shall be performed during normal business hours and day (typically, Monday-Friday, 8:00 a.m. to 12:00 noon and 1:00 p.m. to 5:00 p.m., excluding designated holidays). However, the Contractor shall respond to any emergencytype calls (i.e. elevator down; etc.) at the time that such occurs. To perform the work required by the ensuing contract the Contractor shall 11

12 not be entitled to any overtime payment, except as approved by the designated HA contact person. Whenever possible, as long as it does not compromise the security or endanger HA property and/or residents, such work shall be performed during normal business hours. 26. Call-backs: The Contactor shall provide unlimited call-back service on a 24-hour, 7-day a week basis. 27. Emergency Situations: The Contractor must inform the HA designated contact immediately by telephone, and then within 24 hours thereafter in writing) of any life-threatening or possibly dangerous situations that come to the attention of or are discovered at any time by the Contractor. 28. Subcontracting: Unless prior written permission is given by the HA, all work performed by the Contractor shall be performed by the Contractor only and shall not be sub-contracted to another firm. The HA reserves the right to not grant such approval. 29. Guarantee: All work performed by the contractor shall be fully guaranteed between inspections. 36. State Contractor s License: As required by State of CO law, the contractor shall have a Colorado license. Section B: Pricing Pricing Table: Please copy this table and utilize exact format in your submission: Function Site Price Price per month for above stated services: Canyon Pointe Walnut Place Northport BHP Office Broadway East Broadway West Material mark-up percentages: Additional charges not included in monthly service contract including if necessary additional service rates for repairs on systems occurring during normal operations, weekends, or after hours: Describe after hours service and response times: 12

13 13

RFP # Request for Proposal Moving Services Contract

RFP # Request for Proposal Moving Services Contract RFP #15-2014 Request for Proposal Moving Services Contract Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services for multi-family

More information

RFP Request for Proposal Emergency Underground Utility Repair Services

RFP Request for Proposal Emergency Underground Utility Repair Services RFP 17-2014 Request for Proposal Emergency Underground Utility Repair Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following

More information

RFP Request for Proposal Carpet Cleaning Services

RFP Request for Proposal Carpet Cleaning Services RFP 10-2014 Request for Proposal Carpet Cleaning Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services for multi-family

More information

RFP Request for Proposal. Water Damage, Fire and Hazardous Material Cleaning Services

RFP Request for Proposal. Water Damage, Fire and Hazardous Material Cleaning Services RFP 07-2014 Request for Proposal Water Damage, Fire and Hazardous Material Cleaning Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide

More information

RFP Request for Proposal Residential Painting Services

RFP Request for Proposal Residential Painting Services RFP 02-2014 Request for Proposal Residential Painting Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services for multi-family

More information

RFP Request for Proposal Flooring Services

RFP Request for Proposal Flooring Services RFP 03-2014 Request for Proposal Flooring Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services for multi-family housing

More information

RFP Request for Proposals As-Needed Moving Services

RFP Request for Proposals As-Needed Moving Services RFP 2-2018 Request for Proposals As-Needed Moving Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services for multi-family

More information

RFP Request for Proposal Security Services

RFP Request for Proposal Security Services RFP 23-2017 Request for Proposal Security Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services for multi-family housing

More information

RFP Request for Proposals Mosquito Surveillance and Control Services

RFP Request for Proposals Mosquito Surveillance and Control Services RFP 1-2018 Request for Proposals Mosquito Surveillance and Control Services 4800 N. Broadway, Boulder, CO 80304 Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies

More information

Request for Proposals: Fire Suppression Control Panel Installation and Integration. Fire Suppression Control Panel Installation and Integration

Request for Proposals: Fire Suppression Control Panel Installation and Integration. Fire Suppression Control Panel Installation and Integration Port of Astoria Request for Proposals: Fire Suppression Control Panel Installation and Integration RFP 2018-01 The Port of Astoria, identified hereafter as Port, is requesting bid proposals from companies

More information

BHP Project IFB #

BHP Project IFB # BOULDER HOUSING PARTNERS INVITATION FOR BIDS Capital Improvement Program BHP Arapahoe East Apartments Exterior Envelope Renovation including Siding Replacement, Window and Trim Replacement, Stair Tower

More information

ELEVATOR MAINTENANCE AND REPAIR SERVICES

ELEVATOR MAINTENANCE AND REPAIR SERVICES CITY OF CHICO PUBLIC WORKS DEPARTMENT CHICO, CALIFORNIA NOTICE INVITING BIDS SPECIAL PROVISIONS PUBLIC WORKS CONTRACT BID PROPOSAL FOR ELEVATOR MAINTENANCE AND REPAIR SERVICES 853-660-5330/930-640-5555

More information

RFP REQUEST FOR PROPOSAL. for AUDIT SERVICES. for BOULDER HOUSING PARTNERS. April 5, 2017 Requested Return: May 1, 2017

RFP REQUEST FOR PROPOSAL. for AUDIT SERVICES. for BOULDER HOUSING PARTNERS. April 5, 2017 Requested Return: May 1, 2017 RFP 01-2017 REQUEST FOR PROPOSAL for AUDIT SERVICES for BOULDER HOUSING PARTNERS April 5, 2017 Requested Return: May 1, 2017 Boulder Housing Partners 4800 Broadway Boulder, Co. 80304 (720) 564-4610 Request

More information

Elevator Service and Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Elevator Service and Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Elevator Service and Maintenance. Bids must be submitted in a sealed envelope plainly marked: Elevator Service and Maintenance

More information

RFP Request for Proposal Landscape, Lawn and Mowing Services GROUP 2

RFP Request for Proposal Landscape, Lawn and Mowing Services GROUP 2 RFP 08-2014 Request for Proposal Landscape, Lawn and Mowing Services GROUP 2 Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services

More information

Notice to Interested Parties

Notice to Interested Parties COUNTY OF EL PASO 500 E. San Antonio, Suite PU500 El Paso, Texas 79901 (915) 546-2048 (915) 546-8180 Fax Notice to Interested Parties Sealed Request for Proposals (RFP) will be received at the County Purchasing

More information

Otis Elevator Company 2910 E Broadway Ave Ste 36 Bismarck, ND Jay Bachmeier Phone: (701) Fax:(860)

Otis Elevator Company 2910 E Broadway Ave Ste 36 Bismarck, ND Jay Bachmeier Phone: (701) Fax:(860) DATE: 12/19/2012 TO: McKenzie County Court House 201 5th St. NW. Watford City, ND 58854 EQUIPMENT LOCATION: McKenzie County Courthouse 201 5th St NW. Watford City, ND 58854 FROM: Otis Elevator Company

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL RFP # 181001 RFP Issued June 18, 2018 Title Vertical Transportation Maintenance Services Site Visit N/A Questions/Clarifications June 29, 2018, 5PM PST Bid Due Date July 11, 2018,

More information

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386 2626 Courtland Street Duluth, MN 55806-1894 phone 218.722.3336,fax 218.727.7471, www.wlssd.com Western Lake Superior Sanitary District REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

More information

REQUEST FOR PROPOSAL RFP #DPL-CL Elevator Maintenance and Repair for Detroit Public Library for a Three (3) Year Period

REQUEST FOR PROPOSAL RFP #DPL-CL Elevator Maintenance and Repair for Detroit Public Library for a Three (3) Year Period REQUEST FOR PROPOSAL RFP #DPL-CL-1810 Elevator Maintenance and Repair for Detroit Public Library for a Three (3) Year Period Issued: March 5, 2018 Due Date: March 29, 2018 at 2:00 p.m. TABLE OF CONTENTS

More information

REQUEST FOR PROPOSALS SECURITY SYSTEMS INTEGRATOR ACCESS CONTROL

REQUEST FOR PROPOSALS SECURITY SYSTEMS INTEGRATOR ACCESS CONTROL REQUEST FOR PROPOSALS March 17, 2017 SECURITY SYSTEMS INTEGRATOR ACCESS CONTROL MANDATORY PRE PROPOSAL CONFERENCE 3:00 PM, Monday, April 17, 2017 PROPOSAL SUBMISSION DEADLINE 3:00 PM, Monday, May 8, 2017

More information

REQUEST FOR QUOTE ELEVATOR MAINTENANCE AND SERVICE #2019-ANC-RFQ-E01

REQUEST FOR QUOTE ELEVATOR MAINTENANCE AND SERVICE #2019-ANC-RFQ-E01 2019 REQUEST FOR QUOTE ELEVATOR MAINTENANCE AND SERVICE #2019-ANC-RFQ-E01 SUBMISSION DATE: JANAURY 25, 2019 AT 2:00 PM (AKSDT) SUBMITTED ELECTRONICALLY TO: SEALED.BIDS@AHAAK.ORG OR DROP OFF AT 520 E 32ND

More information

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and

More information

2. TERM OF CONTRACT. The Term of this contract for services is from September 1, 2013 to June 30, 2014 unless sooner terminated as provided herein.

2. TERM OF CONTRACT. The Term of this contract for services is from September 1, 2013 to June 30, 2014 unless sooner terminated as provided herein. NORTH CAROLINA DURHAM COUNTY Substantial Completion SERVICE CONTRACT OTIS ELEVATOR COMPANY THIS CONTRACT is made, and entered into this the1st day of September, 2013, by and between the COUNTY of DURHAM,

More information

MONTCLAIR PUBLIC LIBRARY ESSEX COUNTY, NEW JERSEY NOTICE TO BIDDERS

MONTCLAIR PUBLIC LIBRARY ESSEX COUNTY, NEW JERSEY NOTICE TO BIDDERS MONTCLAIR PUBLIC LIBRARY ESSEX COUNTY, NEW JERSEY NOTICE TO BIDDERS Montclair Public Library will accept sealed bid proposals for Elevator Maintenance and Repair Services on Thursday, November 1, 2018

More information

PROPOSAL FOR STREET SWEEPING SERVICES

PROPOSAL FOR STREET SWEEPING SERVICES 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017-2018 STREET SWEEPING SERVICES BID OPENING: Thursday, April 27, 2017 at 10:00 a.m. BOARD OF COUNTY

More information

COUNTY OF PRINCE EDWARD, VIRGINIA

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

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

More information

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

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

More information

WORCESTER HOUSING AUTHORITY

WORCESTER HOUSING AUTHORITY WORCESTER HOUSING AUTHORITY INVITATION FOR BIDS NO. 11-03 ANNUAL ELEVATOR MAINTENANCE & SERVICE RELEASE DATE: 10:00 a.m., February 17, 2010 PRE-BID CONFERENCE: 10:00 a.m., February 24, 2011 81 Tacoma St.,

More information

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program Request For Proposal City of St. Joseph, Michigan Three Year Cross Connection Control Program City of St. Joseph 700 Broad Street St. Joseph, MI 49085 I. Purpose This Request for Proposal ( RFP ) is to

More information

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal Tire Disposal Lincoln County Solid Waste RFP #2015-0709 Tire Disposal 1. Introduction 1.1. Lincoln County Solid Waste is seeking proposals from qualified Contractors interested in providing a minimum of

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

Important Note: Indicate Company Name and RFP Title on the front of the sealed bid envelope.

Important Note: Indicate Company Name and RFP Title on the front of the sealed bid envelope. Request for Proposals (RFP): RPF Number 17-0731-0003 RFP Title: Electrical Line Crew for Normal and Emergency Restoration Work Issue Date: July 18,2017 Bid Due Date: July 25,2017 Bid Opening Date: July

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS PROFESSIONAL SERVICE CONTRACT HYDROGRAPHIC & LAND SURVEYING ON-CALL SERVICES RFP Number: ASPA 43-017 AUGUST 2017 Professional Service Contract Request

More information

REQUEST FOR BIDS/PROPOSALS COVERSHEET THE UNIVERSITY OF SOUTHERN MISSISSIPPI. USM Procurement and Contract Services

REQUEST FOR BIDS/PROPOSALS COVERSHEET THE UNIVERSITY OF SOUTHERN MISSISSIPPI. USM Procurement and Contract Services REQUEST FOR BIDS/PROPOSALS COVERSHEET THE UNIVERSITY OF SOUTHERN MISSISSIPPI Procurement and Contract Services 118 College Drive #5003, Hattiesburg, Mississippi 39406-0001 Name: Company: Address: City/State/Zip:

More information

INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES

INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES BIDDER INSTRUCTIONS Montrose County is accepting sealed bids from qualified vendors to provide vehicle towing, impound, and storage services for

More information

BERRIEN COUNTY ROAD DEPARTMENT

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 1 SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 38% It is the intent of the Berrien County Road Department to purchase all or part of its requirements

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

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

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

More information

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4 CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4 Please quote your delivered prices to the City of Hutchinson on items or services listed below. Consult attached minimum and general specifications for requirements.

More information

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

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 QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT Washington

More information

City of St. Louis. Treasurer's Office

City of St. Louis. Treasurer's Office City of St. Louis Treasurer's Office Requests for Proposals for Elevator Services Proposals due no later than 3:00pm, May 29, 2015 1 1) Opening Statement The City of St. Louis Treasurer s Office ( STLTO

More information

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

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

More information

ANASTASIA MOSQUITO CONTROL DISTRICT OF ST. JOHNS COUNTY 500 OLD BEACH ROAD, ST. AUGUSTINE, FLORIDA TELEPHONE: FAX:

ANASTASIA MOSQUITO CONTROL DISTRICT OF ST. JOHNS COUNTY 500 OLD BEACH ROAD, ST. AUGUSTINE, FLORIDA TELEPHONE: FAX: ANASTASIA MOSQUITO CONTROL DISTRICT OF ST. JOHNS COUNTY 500 OLD BEACH ROAD, ST. AUGUSTINE, FLORIDA 32080 TELEPHONE: 904-471-3107 FAX: 904-471-3189 REQUEST FOR PROPOSAL FOR EMERGENCY AERIAL SPRAY FOR ADULT

More information

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

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

More information

Request for 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

ATTENTION BIDDERS. Be sure to clearly identify the name and address of a contact person within your firm.

ATTENTION BIDDERS. Be sure to clearly identify the name and  address of a contact person within your firm. ATTENTION BIDDERS If you download this Invitation to Bid from this website, it is your responsibility to advise WOU's Planning Office that you have done so. This will allow us to add you to the Respondent

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

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding PUR413 May 22, 2013 MANDATORY PRE-BID MEETING JUNE 06, 2013 VEGETATION Center Grinding Time: We are pleased to invite your company to a mandatory pre-bid meeting on June 06, 2013 @ 10:00 A.M. SHARP! Late

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

AGENDA REPORT. Meeting Date: July 19, 2016 Item Number: E 10 To:

AGENDA REPORT. Meeting Date: July 19, 2016 Item Number: E 10 To: AGENDA REPORT Meeting Date: July 19, 2016 Item Number: E 10 To: Honorable Mayor & City Council From: Chad Lynn, Assistant Director of Public Works Services Logan Phillippo, Management Analyst Subject:

More information

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT

More information

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23 BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK 74012 PHONE (918) 259-5700 Request for Bid Ventilation System for Plant Operation #B12-23 Time and Date to be Returned: 11:00 AM on March 27,

More information

Request for Proposal. Elevator and Chairlift Maintenance and Repair Services

Request for Proposal. Elevator and Chairlift Maintenance and Repair Services ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 4 th Floor Atlanta, Georgia 30303 Request for Proposal For February 19, 2016 RFP Number: 031116-01 Due Date: March 11, 2016 Time Due:

More information

ILLINOIS VALLEY COMMUNITY COLLEGE (Purchasing Department) 815 N. Orlando Smith Ave. Oglesby, Illinois REQUEST FOR PROPOSAL

ILLINOIS VALLEY COMMUNITY COLLEGE (Purchasing Department) 815 N. Orlando Smith Ave. Oglesby, Illinois REQUEST FOR PROPOSAL ILLINOIS VALLEY COMMUNITY COLLEGE (Purchasing Department) 815 N. Orlando Smith Ave. Oglesby, Illinois 61348 REQUEST FOR PROPOSAL June 2, 2008 Illinois Valley Community College PR09-01 Illinois Valley Community

More information

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730 HDC112 Housing Development Corporation of Rock Hill Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730 MANDATORY PRE-BID MEETING: September 5, 2017, at 10:30 a.m. The Housing Development

More information

REQUEST FOR PROPOSALS TRANSPORTATION AND DISPOSAL OF HAZARDOUS WASTE. Addison County Solid Waste Management District

REQUEST FOR PROPOSALS TRANSPORTATION AND DISPOSAL OF HAZARDOUS WASTE. Addison County Solid Waste Management District REQUEST FOR PROPOSALS TRANSPORTATION AND DISPOSAL OF HAZARDOUS WASTE ISSUED BY: Addison County Solid Waste Management District DATE ISSUED: May 12, 2017 BID DUE DATE: June 6, 2017, by 4:00 PM BID OPENING:

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. (15036) (CGC Golf Cart Batteries) Bid Release: (1-28-2015) Bid Questions Deadline: Bid Due Date: (2-05-2015) @ 10:00 am (2-11-2015) @ 3:00 pm Postal Return

More information

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

PROPOSAL FOR LIQUID CALCIUM CHLORIDE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR LIQUID CALCIUM CHLORIDE BID OPENING: Tuesday, April 19, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

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

More information

REQUEST FOR PROPOSAL FOR: Campus Safety and Security GBC Great Bay Community College

REQUEST FOR PROPOSAL FOR: Campus Safety and Security GBC Great Bay Community College REQUEST FOR PROPOSAL FOR: Campus Safety and Security GBC14-12 Great Bay Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for Great Bay Community College for

More information

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

West Hartford Housing Authority Request for Proposals (RFP) HQS Services I. INTRODUCTION The West Hartford Housing Authority (WHHA) is seeking proposals from qualified Housing Quality Standard inspection firms (Proposers) to perform HQS inspections of its Housing Choice Vouchers

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSALS (RFP) 2018-17 SECTION EIGHT HOUSING QUALITY STANDARDS (HQS) INSPECTIONS DATE ISSUED: Thursday, August

More information

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

SECTION 2 - STANDARD TERMS & CONDITIONS

SECTION 2 - STANDARD TERMS & CONDITIONS SECTION 2 - STANDARD TERMS & CONDITIONS 1. Genesee County Purchasing Regulations: All procurements are conducted in accordance with the Genesee County Purchasing Regulations, a copy of which is on file

More information

CUYAHOGA COUNTY REQUEST FOR PROPOSAL

CUYAHOGA COUNTY REQUEST FOR PROPOSAL CUYAHOGA COUNTY REQUEST FOR PROPOSAL Issue date: RFP title: RFP #JA-13-28478 EMERGENCY ALERT SYSTEM MAINTENANCE Department Address: Cuyahoga County Department of Public Safety and Justice Services 310

More information

LEGAL SERVICES RFP # AUGUST 13, 2018

LEGAL SERVICES RFP # AUGUST 13, 2018 LEGAL SERVICES RFP #2018-27 AUGUST 13, 2018 Electronic Submittals are due by 4:30 PM on September 5, 2018 The EVERETT HOUSING AUTHORITY is soliciting proposals for Licensed Professional Legal Services.

More information

BID NOTICE. Orangewood Park / Victory Park Apartments RFP # Tree Cutting/Trimming and Removal

BID NOTICE. Orangewood Park / Victory Park Apartments RFP # Tree Cutting/Trimming and Removal BID NOTICE Orangewood Park / Victory Park Apartments RFP # 2018-05 Tree Cutting/Trimming and Removal Nelson & Associates, Inc. is soliciting bids from qualified companies to furnish labor, materials, equipment

More information

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CLOSING TIME: RFP S ARE DUE NOT LATER THAN 10:00 A.M. ON January 30, 2017 200 N. 12 th STREET CORSICANA,

More information

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

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

More information

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

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897 The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,

More information

Request for Proposals

Request for Proposals Request for Proposals Measure & List of New Construction for Forsyth County Proposals Will Be Received Until 12:00 Noon, Friday April 6, 2018 By The City of W-S/Forsyth Co. Purchasing Department In Room

More information

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850. 922.6149 Rick Scott, Governor Craig J. Nichols, Agency Secretary ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Lawn Care Maintenance Services Academy for Classical Education 5665 New Forsyth Rd. Macon, Georgia 31210 PROPOSAL SUBMISSION DEADLINE IS 5:00PM EDT, FRIDAY, MAY 15, 2017 TABLE OF

More information

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048 Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048 Michael Spickelmier, Director of Public Works Trevor Huhn, Buildings & Grounds On-Call Boiler/Chiller Repair

More information

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

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

More information

THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS AUDIT SERVICES CONTRACT #17-4

THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS AUDIT SERVICES CONTRACT #17-4 THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS AUDIT SERVICES CONTRACT #17-4 March 21, 2017 Earl J. Croft III, Executive Director Rhode Island Turnpike and Bridge Authority 1 East

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

Click or tap here to enter text. HOUSING AUTHORITY

Click or tap here to enter text. HOUSING AUTHORITY Click or tap here to enter text. HOUSING AUTHORITY REQUEST FOR QUOTES (RFQ) HYDRAULIC ELEVATOR MAINTENANCE & REPAIR SERVICE CONTRACT RFQ # Click to enter number. Issue Date: Click to enter date. Submission

More information

Glenwood/Bell Street Well Pump and Piping Construction

Glenwood/Bell Street Well Pump and Piping Construction SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park

More information

REQUEST FOR PROPOSALS. Western Municipal Water District. Water Meter Reading Services (Annual Contract)

REQUEST FOR PROPOSALS. Western Municipal Water District. Water Meter Reading Services (Annual Contract) REQUEST FOR PROPOSALS Western Municipal Water District Water Meter Reading Services (Annual Contract) RFP Release Date: August 26, 2013 Proposal Due: September 30, 2013 Western Municipal Water District

More information

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste Request for Proposal #2019-020 Grinding and Processing Services for Yard/Pallet Waste Due Date: October 23, 2018 Time: 2:00 pm Receipt Location: Government Building 500 N. Main Street, Suite #709 Administrative

More information

Request for Proposal # Postage Meter Lease & Maintenance Service

Request for Proposal # Postage Meter Lease & Maintenance Service Request for Proposal # 2018-025 Postage Meter Lease & Maintenance Service Due Date: October 19, 2017 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500

More information

REQUEST FOR PROPOSAL. UPS Maintenance

REQUEST FOR PROPOSAL. UPS Maintenance REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103

More information

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018 REQUEST FOR PROPOSAL (RFP) #18-046-34 DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018 RESPONSE DEADLINE: JANUARY 7, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: MARTIN KEYPORT,

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

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES The Fayette County School District (FCSD) desires to retain the services of a professional Construction

More information

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID # INVITATION TO BID PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #2018-20 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website: http://www.bakercountyfl.org

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

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN13-004 DESIGN CRITERIA PROFESSIONAL SERVICES REQUEST FOR QUALIFICATIONS (RFQ) NO. EN13-004 FOR A DESIGN CRITERIA PROFESSIONAL

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Community Development Block Grant (HUD) Invitation To Bid for CDBG HOUSING REHABILITATIONS WINTER 2018 (EACH HOUSE TO BE BID SEPARATELY) Contact: Mike Sheppard Phone: 734 394-5225

More information