Addendum #1 to Request for Quotes

Size: px
Start display at page:

Download "Addendum #1 to Request for Quotes"

Transcription

1 Addendum #1 to Request for Quotes HVAC Maintenance Services For Alice M. Harte elementary School & Andrew H. Wilson Elementary School InspireNOLA Charter Schools 1

2 3520 General DeGaulle Dr. Suite 4040 New Orleans, LA Phone: REQUEST FOR QUOTE REQUEST FOR QUOTE #: INOLA 1 WILL BE RECEIVED UNTIL 3:00 PM, CST Tuesday, May 27, 2015 DESCRIPTION: MAINTENANCE & REPAIR OF HEATING, VENTILATION AND AIR CONDITIONING SYSTEMS SERVICES FOR ANDREW H. WILSON AND ALICE M. HARTE ELEMENTARY SCHOOLS. Services will include all labor and materials, preventive maintenance and service visits, emergency repair services in accordance with the terms and conditions detailed in the Request for Quote Scope of Services. Any questions regarding contracting procedures or the specifications should be addressed to InspireNOLA Charter Schools. Contact Person list is below. Contact Name: Address: Telephone Number: John Hiser john.hiser@inspirenolaschools.org All information requested on this sheet must be completed. All proposals must be submitted in the format requested. InspireNOLA reserves the right to cancel the solicitation and to reject any or all quotes in whole or in part and is not bound to accept any quote if rejection of that quote is determined to be contrary to the best interest of an individual school or InspireNOLA. Company Name: Company Address: City State Zip Code Telephone Number: Fax Number: Address: RESPONSES MUST BE SUBMITTED BY TO INSPIRENOLA, CONTACT PERSON, JOHN HISER BY THE DATE AND TIME INDICATED ABOVE. Person Submitting Quote: (please print) Title *Signature of the person submitting the Quote: Date: *Persons submitting this quote have binding authority to submit contracts on behalf of the responding company. By submitting a response, vendor agrees that their quote is an offer to provide services. All bidders shall comply with all purchasing laws, policies, and procedures, as well as relevant state and federal laws, including compliance with EEOC hiring guidelines under the American with Disabilities Act. 2

3 REQUEST FOR QUOTE NO. INOLA 1 GENERAL TERMS AND CONDITIONS The following provisions are hereby made a part of this Request for Quote. Any contract awarded, as the result of this request shall be governed by these General Terms and Conditions. By submissions of responses to this quote, vendor agrees to furnish the service(s) pursuant to these conditions. 1. GENERAL. These provisions are standard for all InspireNOLA contracts. InspireNOLA may delete or modify any of these standard provisions for a particular contract or purchase order by indicating a change in the special instructions or provisions. Any vendor accepting an award as the result of this request agrees that the provisions included within this Request for Quote shall prevail over any conflicting provision within any standard form contract of the vendor. 2. BIDS. Bids should be submitted for each school site separately and for both school sites as a whole, thus allowing Inspire to combine the two or award them separately. 3. PRE- BID SITE WALKTHROUGHS. Walkthroughs will be conducted on May 22, beginning at 10:00 at Alice Harte and concluding at Andrew H. Wilson later. Contact John Hiser (InspireNOLA Charter School) john.hiser@inspirenolaschools.org to receive information on how to participate. Additional Walkthroughs will not be scheduled. 4. QUALIFICATIONS AND EXPERIENCE - Vendor submitting this RFP shall have a minimum of five (5) years acceptable general experience in providing type of service(s). Proposers shall ensure that their proposals contain sufficient information for InspireNOLA to make its determination by presenting acceptable evidence of the above to perform the services called for by the contract. The proposer shall give a brief description of their company, including a brief history, corporate structure and organization, number of years in business, and copies of their latest financial statement. This section shall provide a detailed discussion of the proposer s prior experience in working on projects similar in size, scope, and function to the proposed contract. Proposers shall describe their experience in other school districts or in corporate/governmental entities of comparable size and diversity with summaries of past and current experience and references from entities, including names and telephone numbers of those references. 5. PROPOSED FEES - Fees must include ALL costs associated with personnel, equipment, supplies, materials, transportation, uniforms, space and utilities, etc. HVAC MAINTENANCE SERVICES: The square footage fee for HVAC services must be provided. A cost breakout delineating the management fee, the anticipated labor and the expected hard equipment costs must be provided. For information purposes, provide the total number of full-time equivalent first line supervisors, full-time equivalent fully-trained and licensed technicians by area of operation expertise and fulltime equivalent helpers, aid, or assistants. For information purposes, provide your company s formula or approach for determining assignment of maintenance staff. 3

4 If a subcontractor will be used, clearly identify any subcontractor arrangements. Financial Qualifications (minimum). 6. FINANCIAL QUALIFICATIONS (minimum) A proposer submitting a proposal shall demonstrate proof of the ability to obtain a performance bond in an amount equal to 100% of the total annual contract amount. 7. SUBMISSION OF RESPONSES. Bidders must submit request for quotes responses via to InspireNOLA, Contact Person John Hiser, john.hiser@inspirenolaschools.org (504) Response to quotes must be received no later than 3:00 p.m. on MAY 27, AMENDMENTS TO THE REQUEST FOR QUOTE. Any amendment to pricing is valid only if in writing, issued and signed by authorized personnel of InspireNOLA. 9. NON-COLLUSION. Bidder certifies that this bid is made without prior understanding, agreement or connection with any other corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collision or fraud. Bidder further understands collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damage awards. Bidder agrees to abide by all conditions of this bid and certifies that person signing is authorized to sign this bid or proposal for the bidder. 10. CONFLICT OF INTEREST. Vendor states that no InspireNOLA official or employee, nor any business entity in which they have an interest: a) Has an interest in the contract awarded; b) Has been employed or retained to solicit or aid in the procuring of the resulting contract; c) Will be employed in the performance of such contract without immediate disclosure of such fact to InspireNOLA. 11. BASIS OF AWARD. InspireNOLA shall award to the overall lowest responsible and responsive vendor complying with the provisions of the Request of Quote. The following criteria may be considered by InspireNOLA in selecting the most advantageous quote: a) The quality of performance in previous contracts/vendor references b) Ability to perform the service required within the specified time/conformance to specification; c); Financial ability to perform the contract; d) Cost of services. InspireNOLA reserves the right to cancel the solicitation and to reject any or all quotes in whole or in part and is not bound to accept any quote, if rejection of that quote is determined to be contrary to the best interest of InspireNOLA. 12. EVALUATION CRITERIA. All proposals will be reviewed to determine compliance with administrative and mandatory requirements as specified in the RFP. Proposals found not to be in compliance will be rejected from further consideration. Proposals that pass the preliminary screening and mandatory requirements review will be evaluated based on information provided in the proposal. The evaluation of each response will be based on its overall competence, compliance, format, organization, taking into consideration the evaluation criteria below: Criteria Maximum Score 1. Experience/ Past Performance/References Scope of Services Cost of Services Safety/Quality Program 10 Total Score IDEMNIFICATION. Contractor/Vendor herby agrees to release, indemnify, defend and hold harmless InspireNOLA, it s Commissioners, officers, employees, subcontractors, successors, assigns and agents from and against any and all losses (including death), claims, liabilities, costs and expenses (including but not limited to all actions, proceeding, or investigation), caused by, relating to, based upon or arising out of any act or omission by 4

5 contractor, it s directors, officers, employees, subcontractors, successors, assigns or agents, or otherwise in connection with its acceptance, of the performance, or nonperformance, of its obligations under this agreements. 14. WORKERS' COMPENSATION INSURANCE. Contractor shall maintain workers compensation as required by law covering all Contractor employees in connection with the services outlined in this Agreement. 15. INSURANCE. Contractor, at its expense, shall maintain at all times during the term of this Agreement, including any renewal, the following insurance policies: (a) commercial general liability insurance with limits to be set by InspireNOLA from time to time but in any event not less than $1,000,000 combined single limit for personal injury, sickness or death or for damage to or destruction of property for any one occurrence; (b) comprehensive automobile insurance for all owned, hired, rented and non-owned trucks, vans, buses and/or automobiles, with limits not less than $1 million combined single limit for bodily injury and/or property damage; (c) umbrella liability insurance written in excess of the coverages provided by the insurance policies described in subsections (a) and (b), with a combined single limit not less than $2,000,000 for each occurrence of bodily injury and/or property damage; (d) Workers Compensation and Occupational Disease Insurance in accordance with the laws of the State of Louisiana, with a waiver of subrogation, and Employer's Liability Insurance with limits of liability of not less than (i) $500, for bodily injury by accident for each accident; (ii) $500, for bodily injury by disease for each employee; and (iii) $500, aggregate liability for disease; and (e) insurance against such other risks and in such other amounts as InspireNOLA may from time to time require. The form of all such policies and deductibles thereunder shall be issued by insurers with an A.M. Best rating of A- VIII. The policies required by subsections (a) and (c) herein shall name InspireNOLA as an additional insured on a primary and not contributory basis, shall contain a waiver of subrogation, and shall require at least thirty (30) days prior written notice to InspireNOLA of termination or material modification. Contractor shall, at least ten (10) days prior to the Commencement Date, and within ten (10) days prior to the expiration of each such policy, deliver to InspireNOLA certificates evidencing the foregoing insurance or renewal thereof, as the case may be. Such certificate of Insurance must clearly contain language to the following effect: InspireNOLA Charter Schools is named as an additional insured with respect to General Liability. All such coverage shall be primary and not contributory and shall contain a waiver of any rights of subrogation thereunder. The additional insured shall receive at least thirty (30) days prior written notice of termination or modification. Certificates received without this language will be rejected. The certificates holder should be listed as: InspireNOLA Charter Schools; and the address should be shown as: 3520 General DeGaulle Dr., New Orleans, LA INVOICES AND PAYMENT TERMS. All invoices must include the contract number and date of invoice. Failure to comply may result in delayed payments. The payment terms are NET 30 days unless a cash discount is allowed for payment within not less than twenty (20) days. 17. LEGAL REQUIREMENTS. Federal, State, and local ordinances, rules and regulations, and policies shall govern development, submittal and evaluation of quote and disputes about quotes. Lack of knowledge by any Vendor about applicable law is not a defense. 18. ASSIGNMENT. Any contract awarded shall not be assignable by the Vendor without the express written approval of InspireNOLA, and shall not become an asset in any bankruptcy, receivership or guardianship proceedings. 19. REJECTION OF BID. Bids may be considered irregular and may be rejected if they show omissions, alternations of form, additions not called for, conditions, limitations, unauthorized alternate bids or other irregularities of any kind. InspireNOLA reserves the right to waive minor technicalities or irregularities of bids. 5

6 20. TERMINATION. In the event any of the provisions of the contract are violated, InspireNOLA may serve written notice of its intention to terminate the contract. Such notice will state the reason(s) for such intention, and unless within then (10) days after serving notice upon the contractor, such violation has ceased and satisfactory arrangements for correction made, the contract shall, upon expiration often (10) days, be terminated. Further, InspireNOLA reserves the right to terminate for its convenience any contract in whole or in part upon giving thirty (30) days prior written notice to the other party. 21. DEBARMENT. If a Bidder is presently debarred, suspended, proposed for debarment, declared ineligible, or otherwise excluded from doing business with any government agency which prohibits your firm from participating in any procurement, the Bidder must provide InspireNOLA with that information as part of its response to this solicitation. Failure to fully and truthfully provide the information required, may result in the disqualification of your bid from consideration or termination of the purchase order, once awarded. SIGNITURE BELOW IS THAT OF A PERSON AUTHORIZED TO SIGN CONTRACTS FOR THE QUOTING COMPANY WHO HAS READ, UNDERTAND, AND AGREES TO COMPLY WITH THE ABOVE GENERAL TERMS AND CONDITIONS. COMPANY: SIGNATURE: NAME: TITLE: DATE: THIS SIGNED FORM MUST BE SUBMITTED WITH YOUR BID, FAILURE TO DO SO MAY RESULT IN YOUR BID BEING FOUND NON-RESPONSIVE. 6

7 1. Overview HVAC Maintenance Scope of Services The selected Contractor shall provide a comprehensive HVAC Maintenance Program for Alice M. Harte and Andrew H. Wilson schools (through InspireNOLA Charter Schools) which includes HVAC maintenance operations as well as the management of such operations. This is a one (1) year contract only, as InspireNOLA intends to extend an RFP in April of 2016 for all InspireNOLA schools. Contractor shall provide services and management of proposed services and confirm in their proposal, that they meet all requirements of this Scope of Services. 2. Task and Services The intent of a Request for Proposals of this Scope of Services and any resulting contract is to obtain the services of a qualified contractor(s) to provide comprehensive HVAC maintenance and repair services (hereinafter Maintenance Services ). Contractor shall implement and maintain effective programs for the standardization of HVAC maintenance services. HVAC maintenance services shall be carried out consistently to maintain sustainability and longevity of equipment, and a healthy environment throughout all facility areas paying particular attention to temperature, humidity, and indoor air quality. The selected contractor shall implement an HVAC maintenance management program for the school facilities that will provide service to InspireNOLA facilities and include but not be limited to the following: A. Contractor shall implement and maintain effective programs for the standardization of maintenance operations of all HVAC systems and equipment at the designated school facility. The program shall be designed to promote the sustainability of equipment and buildings, reduce untimely breakdowns, control costs, and meet emergencies. B. Provide all management, production, and technical personnel as may be required to efficiently and expertly perform the HVAC maintenance duties. C. Provide training, management and direction of all maintenance personnel in the performance of their respective duties. D. Provide the necessary supplies and equipment for the maintenance staff to use in proper performance of their duties as part of the HVAC maintenance program. E. Provide work schedules and project schedules. F. Provide on-demand cost estimates for appropriate HVAC repair services as requested by the Charter organization. G. Contractor shall timely respond to requests for repair services. Response times for service requests are defined below: 7

8 Urgent This type of repair work request is such that failure to act immediately will endanger people or the operation. Procedures for urgent corrective action are by the fastest means with anticipated response within four (4) hours. Routine This type of maintenance work request is such that the main function of the operation or people will not be significantly affected. Response time will be seventy-two hours or less. H. Contractor shall perform required HVAC maintenance on Harte and Wilson schools considering the following guidelines: 1) Preventive Maintenance: The contractor shall perform original equipment manufacturers recommended scheduled maintenance on all HVAC systems (with noted exceptions) within or on school property. Preventive maintenance services shall also include replacing and/or adjusting belts as needed, lubricating bearings, replacing filters, cleaning coils and drains, adjusting thermostats, exercising equipment, and inspecting functional operations of equipment to assure long term operations. The contractor shall not in any way perform any service that will void the original manufacturer s warranty. 2) First Response and Identification of Warranty repair by others: The contractor shall provide identification of problems associated with equipment under warranty by others. Warranty issues shall be forwarded to the InspireNOLA Chief of Operations. In all instances, contractors work shall be warrantied for a minimum of thirty (30) days. 3) Corrective Maintenance: For new facilities, repairs will be accomplished under warranty by the original equipment manufacturer and/or installing contractor. Any items that require repair that are not covered under warranty shall be quoted by the Maintenance Contractor for approval by the InspireNOLA Chief of Operations. 4) HVAC Inspections: During the course of performing Preventive Maintenance, the Contractor shall provide inspection services on the HVAC systems. These services include but are not limited to: i. Testing for excessive vibration, motor winding resistance, refrigerant charge, safety controls operations, combustion and draft and proper operation of HVAC control systems. ii. Inspecting for worn, failed or doubtful parts, mountings, drive couplings, oil level, rotation, soot, flame composition and shape, pilot and igniter, adequate oil and refrigerant levels. iii. Testing, inspection, and preventive maintenance services shall be scheduled and performed, at a minimum, four times a year in the Winter, Spring, Summer and Fall but may include monthly service where required. 5) Remote and Local HVAC Control System monitoring and adjustment: When requested, the Contractor shall perform adjustments, via existing Building Automation System, or other control systems, of HVAC operations to maintain efficient operations. The Contractor may be requested to adjust operations schedules of equipment for seasonal conditions, or changes in occupied and unoccupied operations for specific school functions. At all times, HVAC operations schedules shall meet the requirements of the school administration s operational needs, however, HVAC equipment shall not be allowed to waste energy by operating outside of defined or scheduled operations schedules and environmental conditions. I. Administrative Specifications: 1) Supervision The Contractor shall provide an Account Manager residing in the Greater New Orleans area who exercises full management authority over all personnel and assume line management duties including: hiring, termination, task assignments, job description, scheduling, training, application of personnel policies, performance evaluations and direct 8

9 3. Deliverables labor hour justification. 2) Staff Interaction The Contractor s Account Manager shall proactively develop and maintain sound and professional working relationships with members of the Charter school s Administrative or Operations team. The Account Manager shall also ensure that all personnel associated with this contract have the ability to communicate with School Operations Manager (SOM) and the InspireNOLA Chief of Operations (COO) concerning the status of work performed at the school facility. 3) Maintenance Management System The Contractor s Account Manager shall maintain a maintenance and corrective work order system. The Contractor shall provide quarterly reports on all HVAC Maintenance and Corrective actions no less than 14 days after service has been performed. Copies of all reports shall be provided to the InspireNOLA COO. The contractor shall also maintain a system performance log on all refrigeration systems including chillers, condensing units, etc. to document performance of equipment for comparison to baseline performance to identify problems with equipment. 4) Energy Control On a semi-annual basis, the Contractor s Account Manager shall review prior energy usage history as provided by the school operator, and evaluate energy consumption and the activities affecting consumption. Specifically, the manager will: Initiate, coordinate, and emphasize conservation activities associated with maintenance of HVAC systems. Advise the SOM, and the InspireNOLA COO, on processes to identify avenues of energy conservation Provide that all activities associated with the maintenance of HVAC systems will minimize energy consumption while maintaining the indoor environment within standard levels 5) Code Compliance The Contractor s resident Account Manager shall be thoroughly familiar with local, state and federal codes, statutes and ordinances and make recommendations to the SOM, and the InspireNOLA COO, concerning compliance issues. Unless authorized by the InspireNOLA COO, Contractor shall not disable any controlling device or safety to manually make any equipment operate, except for troubleshooting activities. HVAC Maintenance Quality Assurance System -- The Contractor shall provide the SOM, and the InspireNOLA Chief of Operations, its quality assurance inspection system. The Contractor shall provide the SOM and the InspireNOLA COO with quality control inspection reports as part of the quarterly maintenance management report. Policies and Procedures The Contractor s Account Manager shall develop, present, publish and apply the policies and procedures appropriate which are necessary to the HVAC maintenance function. Examples include: Emergency Call-In List Assignment Accountability Time Accountability Preventive Maintenance Procedures Inspection / QA Records Personnel & Safety Policies 9

10 Reporting - The Contractor s Account Manager shall issue such quarterly (or monthly as appropriate) reports to fully apprise administration of current and planned activities, performance of equipment (using data logged by contractor), and areas of concern. Operations & Maintenance (O&M) Manuals The Contractor shall obtain, maintain, and update a library of HVAC Operations & Maintenance Manuals for all HVAC systems and which reflects specific areas of concern by building where indicated. These O&M manuals shall be housed at each school and made available to the InspireNOLA COO. Final copies shall be approved by the InspireNOLA COO. Alice Harte will have its O&M manual provided to InspireNOLA by the construction General Contractor, since its HVAC system is less than 12 months old. These manuals shall be made available to the Maintenance Contractor and shall be stored at the school site for use by the Maintenance Contractors. Maintenance Contractor shall not remove any O&M manuals from the school premises. Performance Contractor s HVAC maintenance management personnel shall routinely conduct site program status reviews and provide quarterly written reports to the Charter Organizations with copies to the SOM and InspireNOLA. The Account manager shall periodically meet with the SOM and the InspireNOLA COO. 4. Functional Requirements A. Contractor shall provide: 1. Their own office spaces, office supplies, and office equipment. 2. Their own utilities. 3. Their own vehicles, insurance, fuel, oil products, and vehicle maintenance. 4. All cleaning supplies routinely used in the performance of HVAC maintenance functions in sufficient quantities to maintain systems. These are supplies not intended for use in custodial functions. 5. All equipment required to maintain and repair HVAC systems. 6. All tools to perform required tasks. B. Whenever possible, the school will provide areas for storage of Contractor s supplies and equipment at the school (filters, belts, cleaning supplies, etc.). The storage areas shall be maintained by Contractor in a clean, orderly, safe and secure condition at all times. 5. Technical Requirements A. Scheduling - InspireNOLA, working with the Contractor, will designate the time during which the school facility shall be serviced. B. Emergency Service - Contractor shall be available to provide emergency services 24 hours a day, 365 days a year on a Task Order basis. Contractor shall respond to any and all emergency service requests from InspireNOLA within four (4) hours of the emergency request. C. Equipment Shutdown - Contractor shall not shut down any equipment unless permission is obtained from InspireNOLA s COO. D. Inspections - In order to monitor the quality of work performed by Contractor, the school and/or the InspireNOLA COO shall conduct random inspections on all HVAC systems. 10

11 E. Personnel - Contractor shall maintain adequate staffing at all times to ensure high quality HVAC maintenance services operations, including expert personnel for administration, purchasing, equipment consulting, technical services, and supervision of HVAC maintenance and repairs. 1) Only those personnel who have been properly trained shall be assigned duties under this contract. Contractor s personnel, including sub-contracted personnel, performing maintenance on HVAC equipment shall be factory trained to perform such maintenance on the specific HVAC equipment which may include chillers (air-cooled, water-cooled, or magnetic bearing chillers); air-units with energy recovery wheels; variable speed drives; pumps; DDC controls including actuators, controllers, and BAS operations software; D-X packaged or split systems including VRF systems; boilers; water systems components including valves and strainers; and all other equipment specific to the facility. Assurance of such training shall be incorporated in the Contractor s Proposal, and documentation of such training, shall be submitted at time of contract award. If maintenance contractor does not provide verifiable documentation of factory trained personnel assigned to perform the maintenance tasks, InspireNOLA will not allow a contract with this service provider. 2) All personnel shall be dressed in a manner authorized by the contractor. The personnel shall be neat and clean in appearance at all times. Uniforms with company Logo and name tags shall be required and furnished by contractor and worn at all times. F. All employees of the Contractor assigned to tasks at schools, including periodic assignments, must undergo annual background checks at Contractor expense. These background checks include, but not limited to, a criminal background check by the FBI, written authorization ensuring the ability to legally work in the United States from the Social Security Administration, and a Drug Test from an authorized testing group. G. The Contractor s Account Manager shall be aggressive in monitoring safety issues in full support of the InspireNOLA requirement to provide safely maintained and secure facilities. H. Contractor shall specifically perform and monitor the following functions: 1. Routine review and document inspections of HVAC systems. 2. Provide recommendations to the InspireNOLA COO concerning life safety procedures. 3. Provide assistance to the InspireNOLA COO with respect to its policies, procedures, designs, equipment and furnishings to facilitate compliance with applicable building codes, fire prevention codes, occupational safety and health codes and standards, and applicable Life Safety Codes. 4. Periodically monitor environment conditions in all identified facilities to ensure that HVAC equipment is maintaining the ASHRAE Indoor Environment standards for temperature, relative humidity and carbon dioxide (CO 2 ). If systems are not able to maintain this standard, Contractor shall provide a corrective action plan for review by InspireNOLA. 5. Within the first 30 days of award, the contractor shall develop a comprehensive Preventive Maintenance Plan for HVAC systems acceptable to the SOM and the InspireNOLA COO. This Preventive Maintenance Plan shall include, at a minimum, the equipment manufacturer s recommended tasks and schedules. 6. Project Requirements The Contractor shall undertake HVAC maintenance and operations activities. These activities are those planned for the normal functioning of all maintenance processes needed to maintain 11

12 dependable performance of each school s HVAC equipment, during normal hours of operation and emergency response during other times. It shall be the responsibility of the contractor to provide maintenance services for the individual locations. A minimum acceptable basic guideline of trade activities and services is provided below: 1. HVAC Electrical: a) Maintain HVAC motors up to 480 volts. b) Maintain HVAC controls including starters, relays, digital controls (DDC) and Building Automation Systems. c) Maintain Variable Frequency Drives (VFD) d) Maintain necessary electrical wiring, controls (including thermostats), and electrical/electronic systems for the function of HVAC equipment. 2. HVAC Mechanical: a) Maintain digital and/or pneumatic controls, VAV terminal units (where appropriate) and chilled/hot water valves and actuators, as required for the efficient operation of HVAC systems. b) Maintain V-belts, shafts, sheaves and bearings. c) Provide general lubrication as needed. d) Maintain motors, pumps, and couplings. e) Maintain and/or replace minor mechanical parts as needed. f) Provide annual combustion analysis, inspection, cleaning, and required adjustments on boilers and heaters. g) Maintain adequate refrigerant levels in all HVAC equipment (on a cost plus fee basis). h) Clean all evaporator and condenser coils once per year or more frequently as necessary. i) Clean all cooling towers once per year including tower sumps. j) Mechanically clean condenser tubes on all water cooled chillers once per year. k) Mechanically clean strainers on chillers, pumps, and coils once per year. l) Provide adequate water treatment systems on all chillers cooling towers, evaporator barrels, and boilers including repair/replacement of injection pumps and controls, and provide all water treatment chemicals (unless specifically provided by others and removed from this SOW by InspireNOLA) m) Replace air-filters as per the following: Return air filters shall be a minimum efficiency of Merv 8 and replaced quarterly Outdoor air filters shall be a minimum efficiency of Merv 13 and replaced monthly 12

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009 DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB

More information

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m. DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2009 Achievement of Excellence in Procurement Award National Purchasing Institute Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: 10RD75957YB

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT86224YA PROJECT TITLE: Maintenance contract for MicroStation Software for Water

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 16FB101644C PROJECT TITLE: Electronic Signature Pads DEPARTMENT: Finance DUE DATE: March

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101413B PROJECT TITLE: Communication Access Real Time Translation and Open Captioning Transcription

More information

DESCRIPTION: COURT REPORTING SERVICES ATLANTA PUBLIC LIBRARY

DESCRIPTION: COURT REPORTING SERVICES ATLANTA PUBLIC LIBRARY REQUEST FOR QUOTE NUMBER: 0860097YB-MW WILL BE RECEIVED UNTIL 2/14/08 AT 2:00 P.M. DESCRIPTION: COURT REPORTING SERVICES ATLANTA PUBLIC LIBRARY Return to: www.fultonvendorselfservice.co.ga.us FAX QUOTES

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: WILL BE RECEIVED UNTIL 11CT77944YA Thursday, April 07,2011 @ 2:00P.M. EST. DESCRIPTION: Software support

More information

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT85408YA PROJECT TITLE: Tree Removal Service for Water Resources Department DUE DATE:

More information

Department of Purchasing & Contract Compliance. E-Verify Affidavit Required

Department of Purchasing & Contract Compliance. E-Verify Affidavit Required Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director E-Verify Affidavit Required REQUEST FOR E-QUOTE NUMBER: 16RD102368B PROJECT TITLE: Select Fulton Website Development Office

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16FB100766C PROJECT TITLE: Hazardous Medical Waste Removal Services DEPARTMENT: Medical Examiner

More information

Request for Qualifications. For Heating, Ventilating and Air Conditioning Contractor Services

Request for Qualifications. For Heating, Ventilating and Air Conditioning Contractor Services Request for Qualifications Request for Qualifications For Heating, Ventilating and Air Conditioning Contractor Services The Midcoast Regional Redevelopment Authority (MRRA) is a governmental agency created

More information

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More information

April 22, 2009 REQUEST FOR PROPOSALS (RFP)

April 22, 2009 REQUEST FOR PROPOSALS (RFP) April 22, 2009 REQUEST FOR PROPOSALS (RFP) The New Jersey Schools Development Authority (NJSDA) is seeking proposals to engage a contractor to provide HVAC preventative maintenance and repairs at NJSDA

More information

Sullivan County RFP for HVAC Maintenance Page 2 of 5 April 14, 2016

Sullivan County RFP for HVAC Maintenance Page 2 of 5 April 14, 2016 SULLIVAN COUNTY, NH REQUEST FOR PROPOSALS FOR HVAC MAINTENANCE AND MECHANICAL SERVICES PROPOSALS ARE DUE NO LATER THAN 12:00 NOON ON MONDAY, MAY 16, 2016 AND SHALL BE SEALED AND ADDRESSED TO: John Cressy

More information

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS. HVAC SERVICE AND MAINTENANCE Saint Clair County MidAmerica Saint Louis Airport.

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS. HVAC SERVICE AND MAINTENANCE Saint Clair County MidAmerica Saint Louis Airport. ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS DATE: May 6, 2016 HVAC SERVICE AND MAINTENANCE Saint Clair County MidAmerica Saint Louis Airport BIDS CLOSE: May 12, 2016, at 2:30 p.m., Local Time TO ALL BIDDERS

More information

To receive consideration, bids must be submitted in accordance to the following instructions:

To receive consideration, bids must be submitted in accordance to the following instructions: CITY OF COOS BAY Invitation to Bid For On Call Plumbing Services The City of Coos Bay is soliciting bids to contract with up to two qualified licensed plumbing contractors to perform a full range of as

More information

Stephenson County, Illinois

Stephenson County, Illinois Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s

More information

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this

More information

14RFP00721B-WL, Small Business Market Availability Study

14RFP00721B-WL, Small Business Market Availability Study August 12, 2014 Re: 14RFP00721B-WL, Small Business Market Availability Study Dear Proposers: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced Request for Proposal #14RFP00721B-WL,

More information

INSURANCE REQUIREMENTS FOR VENDORS

INSURANCE REQUIREMENTS FOR VENDORS INSURANCE REQUIREMENTS FOR VENDORS The Contractor/Vendor shall purchase and maintain for the duration of the contract/work insurance against claims for injuries to persons or damages to property which

More information

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request. Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,

More information

CITY HALL, POLICE DEPARTMENT, TRANSPORTATION CENTER, AIRPORT TUNNEL, CIVIC CENTER, AND OTHER BUILDINGS.

CITY HALL, POLICE DEPARTMENT, TRANSPORTATION CENTER, AIRPORT TUNNEL, CIVIC CENTER, AND OTHER BUILDINGS. November 20, 2015 TO: RE: PROSPECTIVE BIDDERS MECHANICAL SERVICE CONTRACT HVAC REPAIRS CITY HALL, POLICE DEPARTMENT, TRANSPORTATION CENTER, AIRPORT TUNNEL, CIVIC CENTER, AND OTHER BUILDINGS. The City of

More information

Plan Number. 1624- A Cross Beam Dr. Charlotte, NC 28217 704.771.1020. www.charlottemechanical.com. Simplified Service Plan. Air Conditioning.

Plan Number. 1624- A Cross Beam Dr. Charlotte, NC 28217 704.771.1020. www.charlottemechanical.com. Simplified Service Plan. Air Conditioning. Plan Number 1624- A Cross Beam Dr. Charlotte, NC 28217 704.771.1020 www.charlottemechanical.com Simplified Service Plan Air Conditioning And Heating System PARTS, LABOR, & EMERGENCY REPAIR Effective Date:

More information

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center

More information

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 The Arapahoe Library District (ALD) is seeking competitive proposals from qualified, reliable Vendors to hire a professional audio/visual company.

More information

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

Attachment A Terms and Conditions

Attachment A Terms and Conditions Bidder: BID DELIVERY INSTRUCTIONS FOR STATE PROCUREMENT: BIDDERS ARE HEREBY ADVISED THAT THE U.S. POSTAL SERVICE DOES NOT MAKE DELIVERIES TO OUR PHYSICAL LOCATION: BIDS MAY BE MAILED THROUGH THE U.S. POSTAL

More information

HEATING VENTING AND AIR CONDITIONING (HVAC) SUBCONTRACTING SERVICES FOR THE MACON COUNTY HOUSING DEPARTMENT

HEATING VENTING AND AIR CONDITIONING (HVAC) SUBCONTRACTING SERVICES FOR THE MACON COUNTY HOUSING DEPARTMENT REQUEST FOR PROPOSALS RFP#06 4004p HEATING VENTING AND AIR CONDITIONING (HVAC) SUBCONTRACTING SERVICES FOR THE MACON COUNTY HOUSING DEPARTMENT ISSUE DATE: MAY 14, 2014 PROPOSALS WILL BE RECEIVED UNTIL

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

ARTICLE 11. INSURANCE AND BONDS

ARTICLE 11. INSURANCE AND BONDS Provide submittals to Architect / Engineer that are required by any governing body or other authorities. Upon receipt of the Contractor s list, the Architect will make an inspection to determine whether

More information

TOWN OF SCITUATE MASSACHUSETTS

TOWN OF SCITUATE MASSACHUSETTS TOWN OF SCITUATE MASSACHUSETTS REQUEST FOR SERVICES Marketing Services for Town of Scituate Economic Development Commission NOVEMBER 2014 GENERAL INFORMATION The Town of Scituate, acting through its Economic

More information

Split System Air Conditioning System Replacement at Area 3 Maintenance Facility

Split System Air Conditioning System Replacement at Area 3 Maintenance Facility Page 1 of 9 RFQ No: Q2015-00161 Due Date: 7/24/2015 at 3 p.m. Pre- Recommended - 7/21/2015 9:30 AM Maintenance Proposal Area 3, 19720 5th St, Umatilla Conference: REQUEST FOR QUOTATION (RFQ) Commodity

More information

City of Brentwood, Missouri. December 28, 2015

City of Brentwood, Missouri. December 28, 2015 Request for Proposals For Ice Rink Refrigeration System & HVAC Preventative Maintenance Service for the Brentwood Recreation Complex Brentwood Recreation Complex Renovations December 28, 2015 Submission

More information

COC-Insurance Requirements Page 1 of 9

COC-Insurance Requirements Page 1 of 9 CITY OF CONCORD INSURANCE AND INDEMNIFICATION REQUIREMENTS (The 1 st two pages provide basic insurance requirements information.) Insurance Required: See below Sample in Contract Limits of Coverage: Additional

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016 1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ALL CONTRACTORS SUBMITTING A RESPONSE TO THIS INVITATION TO BID MUST HAVE COMPLETED THE FORMS CONTAINED IN THIS INVITATION TO BID. FORMS SUBMITTED WHICH ARE NOT IN THE FORMAT OF

More information

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave. Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott

More information

Request for Statements of Qualifications # 27676 for Electric Motor Repair

Request for Statements of Qualifications # 27676 for Electric Motor Repair Request for Statements of Qualifications # 27676 for Electric Motor Repair PURPOSE: The City is requesting Statements of Qualifications (SOQ s) from Qualified and Fully Equipped Electric Motor Repair shops

More information

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS Contractor shall obtain insurance of the types and in the amounts listed below. A. COMMERCIAL GENERAL AND UMBRELLA

More information

REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO.

REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO. REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO. DCJM-2015-Q-0006 12-2-2014 5A. ISSUED BY: Department on Disability Services Office of s and

More information

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent September 12, 2011 Re: 11ITB80101A-CJC-Locum Tenens Positions Staffing Services Dear Bidders: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB. Except as provided

More information

PROPOSAL COVER SHEET

PROPOSAL COVER SHEET PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION PROPOSAL COVER SHEET Contact Information: Oakland County Purchasing Division Building 41 West - Lower Level

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE ) PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list

More information

Air Conditioning Maintenance Services

Air Conditioning Maintenance Services Town of Lauderdale-By-The-Sea REQUEST FOR PROPOSAL No. 14-05-01 Air Conditioning Maintenance Services RFP OPENING: July 29, 2014 2:00P.M. Town Hall 4501 Ocean Drive Lauderdale-By-The-Sea, FL 33308 acs

More information

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS MANTON CONSOLIDATED SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 16, 2010 1 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF MANTON

More information

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015 New York State Department of Environmental Conservation Division of Lands and Forests Invasive Species Coordination Unit 625 Broadway, Floor 5 Albany, NY 12233-4250 Request for Quotation (RFQ) Hydrilla

More information

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING INVITATION FOR PRICE QUOTES FIRE HOSE TESTING The Franklin Regional Council of Governments (FRCOG), on behalf of certain Fire Departments in Franklin County, MA, is soliciting price quotes from qualified

More information

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027 181 Encinal Avenue Atherton, CA 94027 The offers this information to any individual or firm wishing to be added to the District s general construction informal bid list for all trades pursuant to Public

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Fulton County, GA August 8, 2014 Re: 14RFP070714K-NH 2015 STANDBY ENGINEERING SERVICES Dear Vendors: Attached is one (1) copy of Addendum 2, hereby made a

More information

Schedule Q (Revised 1/5/15)

Schedule Q (Revised 1/5/15) Schedule Q (Revised 1/5/15) CONSTRUCTION CONTRACTOR INSURANCE REQUIREMENTS Section 0.0 Introduction of the Owner-Controlled Insurance Program The City of Oakland (City) has implemented an Owner-Controlled

More information

QSP INFORMATION AT A GLANCE

QSP INFORMATION AT A GLANCE QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:

More information

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of

More information

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

More information

Request for Proposals for Upgraded or Replacement Phone System

Request for Proposals for Upgraded or Replacement Phone System City of Bandon Request for Proposals for Upgraded or Replacement Phone System 7/17/2015 Phone System Request for Proposal Page 1 NOTICE The City of Bandon is accepting Proposals for an upgraded or replacement

More information

City of Royal Oak. Request for Proposal (RFP) Building Energy Efficiency Retrofits. on a Performance Contracting Basis

City of Royal Oak. Request for Proposal (RFP) Building Energy Efficiency Retrofits. on a Performance Contracting Basis City of Royal Oak Request for Proposal (RFP) on a Performance Contracting Basis under the Energy Efficiency Block Grant (EECBG) Program Contract No. ITB-SBP-PLAN-11-002 Request for Proposal (RFP) on a

More information

May 29, 2012 Solicitation of quotations

May 29, 2012 Solicitation of quotations RE CI OFN AL ADMINISTRATIVE CORPORATION JOSEPH P. BORT M ETROCENTER 101 EIGHTH STREET OAKLAND, CA 94607-4700 510/817.5700 TDDITTY 51 W81 7-5769 FAX 510/817.5848 vtetrnxiiitan Transportation (omnitssion

More information

SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO. 15-02 MARY ANN MILLER, CPPO PURCHASING AGENT.

SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO. 15-02 MARY ANN MILLER, CPPO PURCHASING AGENT. RFQ 15-02 WEED CUTTING/TREE TRIMMING Page 1 of 11 SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO. 15-02 MARY ANN MILLER, CPPO PURCHASING AGENT January 28, 2015 WHITEHALL TOWNSHIP 3219

More information

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC

More information

INDEPENDENT CONTRACTORS AGREEMENT

INDEPENDENT CONTRACTORS AGREEMENT INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

REQUEST FOR QUOTES (RFQ) FOR HVAC MAINTENANCE AND REPAIR SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m.

REQUEST FOR QUOTES (RFQ) FOR HVAC MAINTENANCE AND REPAIR SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m. REQUEST FOR QUOTES (RFQ) FOR HVAC MAINTENANCE AND REPAIR SERVICES RFQ Release Date: August 3, 2015 Quote Due Date: August 21, 2015 at 5:00 p.m. SOUTHEAST MICHIGAN COMMUNITY ALLIANCE (SEMCA) 25363 Eureka

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive

More information

ISLAMORADA, VILLAGE OF ISLANDS FLORIDA. REQUEST FOR QUOTES for NEW HVAC UNITS (RFQ-16-11) May 11, 2016

ISLAMORADA, VILLAGE OF ISLANDS FLORIDA. REQUEST FOR QUOTES for NEW HVAC UNITS (RFQ-16-11) May 11, 2016 ISLAMORADA, VILLAGE OF ISLANDS FLORIDA REQUEST FOR QUOTES for NEW HVAC UNITS May 11, 2016 Islamorada, Village of Islands Village Administrative Center 86800 Overseas Highway Islamorada, Florida 33036 ISLAMORADA,

More information

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR Issued by the Town of Bedford Chris Burdick, Supervisor David Gabrielson, Deputy Supervisor Francis Corcoran Marybeth Kass Lisbeth

More information

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING

More information

REQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014

REQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014 REQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014 RFP 140702 The Delaware City School District is seeking a vendor to provide occupational therapy to students with IEP s for the

More information

28. Time is of the essence in this Lease and in each and all of its provisions.

28. Time is of the essence in this Lease and in each and all of its provisions. COMMERCIAL VEHICLE/EQUIPMENT LEASE AGREEMENT Please print and fax to: 281-842-9345 Stutes Enterprise Systems, Inc. ("Lessor"), located at 1426 Sens Rd #5, LaPorte, Texas 77571, leases to, ("Lessee"), located

More information

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This

More information

Request for Quote. LETTERING REPLACEMENT At Tulsa International Airport

Request for Quote. LETTERING REPLACEMENT At Tulsa International Airport Request for Quote LETTERING REPLACEMENT At Tulsa International Airport 7777 East Apache Street Room A217 Tulsa OK 74115 Attn: Mark Soltero Airports Facilities Engineer Office (918)838-5603 Email marksoltero@tulsaairports.com

More information

Attachment A Terms and Conditions RFX No. 3000005987 TITLE: Quality Control Standards DHH Office of Public Health

Attachment A Terms and Conditions RFX No. 3000005987 TITLE: Quality Control Standards DHH Office of Public Health Bidder: Bid delivery instructions for State Procurement: Bidders are hereby advised that the U.S. Postal Service does not make deliveries to our physical location: Bids may be mailed through the U.S. Postal

More information

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance

More information

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,

More information

ALL AMERICAN TRUCKING CO. LLC Carrier Sign on Checklist

ALL AMERICAN TRUCKING CO. LLC Carrier Sign on Checklist ALL AMERICAN TRUCKING CO. LLC Carrier Sign on Checklist Carrier Name: Signed Transportation Agreement between ALL AMERICAN TRUCKING CO. LLC and Carrier Copy of Carrier s PUCO Operating Authority Signed

More information

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1 Invitation to Bid Asphalt Restoration and Spot Repairs For Hardin County Water District No. 1 Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222

More information

CONTRACT INSURANCE REQUIREMENTS

CONTRACT INSURANCE REQUIREMENTS CONTRACT INSURANCE REQUIREMENTS Dakota County requires that each Contractor with whom the County negotiates a contract, meet standard insurance requirements. Please review these documents to acquaint yourself

More information

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE: REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS

More information

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID PORTSMOUTH, NH Purchasing Department Annual Fuel Bid - #01-14 INVITATION TO BID Sealed bid proposals, plainly marked with the Annual Fuel Bid, Bid #01-14 on the outside of the mailing envelope and the

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on

More information

State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions

State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions 1. STANDARD TERMS AND CONDITIONS APPLICABLE TO THE CONTRACT: Unless the bidder is specifically instructed otherwise in the Request for Proposals (RFP), the following terms and conditions shall apply to

More information

CITY OF BEVERLY HILLS REQUEST FOR PROPOSAL. for RISK MANAGEMENT PLAN (RMP) FOR THE HANDLING AND STORAGE OF AMMONIA HYDROXIDE

CITY OF BEVERLY HILLS REQUEST FOR PROPOSAL. for RISK MANAGEMENT PLAN (RMP) FOR THE HANDLING AND STORAGE OF AMMONIA HYDROXIDE CITY OF BEVERLY HILLS REQUEST FOR PROPOSAL for RISK MANAGEMENT PLAN (RMP) FOR THE HANDLING AND STORAGE OF AMMONIA HYDROXIDE Please Respond no later than July 11, 2013, by 2:00 P.M. to the City Clerk s

More information

The CITY OF BAYONNE is soliciting responses/proposals for the provision of the following professional services:

The CITY OF BAYONNE is soliciting responses/proposals for the provision of the following professional services: NOTICE POSTED: Decmber 23, 2014 DUE DATE: January 6, 2015 @ 10:00 a.m. prevailing time PUBLIC READING: All responses/proposals will be opened at the City Council Chambers on January 7, 2015 @ 10:00 a.m.

More information

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE Request for Proposal Proposal For: Mailing Services Proposal Number: 09-16-15 Proposal Release Date: August 5, 2015 Proposal Due Date: August 21,

More information

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and

More information

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 NOTICE IS HEREBY GIVEN that the Cape Fear Public Utility Authority (hereinafter referred to as CFPUA or the Authority ) is requesting

More information

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G-2015-01 Architectural Services RIDE 5 Year Capital Plan

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G-2015-01 Architectural Services RIDE 5 Year Capital Plan The Glocester School Department is accepting sealed proposals for Architectural Services RIDE 5 Year Capital Plan. Proposals for Architectural Services -RIDE 5 Year Capital Plan are due at the Treasurer

More information

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING This Agreement is hereby entered into by and between Piedmont Triad Regional Council (herein Contractor ) and (Subcontractor)

More information

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES The Town of Canton is soliciting proposals from professional architectural/engineering consultants for

More information

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES The Town of Farmington Department of Public Works is seeking proposals for the purpose

More information

General Equipment Preventive Maintenance Guidelines Preventive Maintenance services at 201 Granby Street for NRHA.

General Equipment Preventive Maintenance Guidelines Preventive Maintenance services at 201 Granby Street for NRHA. PR795-735-14-A001 Page 4 of 19 General Equipment Preventive Maintenance Guidelines Preventive Maintenance services at 201 Granby Street for NRHA. 1. Provide four (4) inspections per year; quarterly to

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

Request for Proposals

Request for Proposals Request for Proposals Lawn & Grounds Services: Alice M. Harte Elementary School Edna Karr High School Andrew H. Wilson Elementary School 2016-2018 InspireNOLA Charter Schools 3520 Gen DeGaulle Blvd, Suite

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas

More information