RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS

Size: px
Start display at page:

Download "RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS"

Transcription

1 RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS The City of College Park is accepting Sealed Proposals from qualified vendors for LANDSCAPE PROJECTS: (1) specified areas along Main Street / U.S. Highway 29; (2) Georgia International Convention Center (GICC) and the Gateway Center maintained access areas located at 2000 Convention Center Concourse, College Park, GA 30337; and (3) Detention Ponds (8 each) City-wide. Responding vendors must submit proposal prices for all three (3) landscape projects, individually. Responding vendors not submitting proposal prices for all three (3) landscape projects, individually, will be eliminated from contention. Sealed proposals will be received no later than 10:00am, Thursday, July 13, 2017 at the City of College Park Purchasing Department, 3667 Main Street, College Park Georgia, Proposals will not be accepted after the above date and time. A bid packet may be obtained from the City of College Park Purchasing Department, 3667 Main Street, College Park, Georgia 30337, or from No Pre-Proposal Meeting will be held. Questions will be accepted via ONLY, to Barbara Gregory, Purchasing Department, at bgregory@collegeparkga.com until 4:00pm, Thursday, June 28, 2017 with subject line QUESTIONS RFP LANDSCAPE PROJECTS An Addendum listing all Q&A, clarifications, etc. will be posted at on or about 4:00pm, Thursday, July 06, It is always the vendor s responsibility to check the City s website for any/all addenda. As a requirement of this RFP, a five percent (5%) Bid Bond shall be submitted with proposal. The successful proposer will be required to provide Payment and Performance Bond in the amount of one hundred percent (100%) of total contract amount before execution of contract. The City of College Park reserves the right to reject any or all bids based on past performance and to waive technicalities and informalities and re-advertise. All Minority, Woman and Small Businesses are strongly encouraged to apply. Only responsive proposals that are determined to meet the requirements and criteria set forth by the City of College Park will be considered. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 1

2 CITY OF COLLEGE PARK PURCHASING DEPARTMENT GENERAL INSTRUCTION TO BIDDER 1. The following instructions are to be considered an integral part of this proposal. Proposals MUST BE TYPEWRITTEN OR PRINTED IN INK. The person signing the bid form must initial any changes or corrections made to this proposal. 2. The person, firm or corporation making the proposal shall submit their bid in the YELLOW ENVELOPE provided with this proposal. The envelope must be complete with the vendor s company name, RFP title, RFP number and RFP date. Should a larger envelope be required, the YELLOW ENVELOPE must be attached to the OUTSIDE. No proposal may be withdrawn or modified in any way after the bid opening deadline. NOTE: BID DOCUMENTS DOWNLOADED FROM THE COLLEGE PARK WEBSITE INCLUDE THE YELLOW ENVELOPE MAILING LABEL WHICH CAN BE USED FOR PROPOSAL SUBMISSION. SEE PAGE FOUR (4) FOR LABEL. 3. One (1) marked Original and two (2) marked Copy of proposal are required unless otherwise stated in the documents. 4. If descriptive literature is attached to the proposal, proposer s name must appear on all sheets. 5. If there is any question whatsoever regarding any portion of the instructions or specifications, it shall be the proposer s responsibility to seek clarification during the Mandatory Informational Conference / Pre-Proposal Meeting or the question period of time stated herein. IT SHALL BE THE BIDDER S RESPONSIBILITY TO CHECK THE CITY S WEB SITE ( FOR ANY/ALL ADDENDA. Answer(s) to all questions will be listed in an Addendum and posted on the City s web site, if applicable. 6. Any variation from the specifications must be clearly stated by the bidder in writing and submitted with his/her proposal. 7. The apparent silence of the specifications and any supplement specifications as to any details or the omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to be used. All workmanship is to be of first quality. All interpretations of this specification shall be made upon the basis of this statement. 8. The following bid shall be awarded to one responsible bidder on a total lump sum price basis. An award shall be made to one vendor for the total bid. Unit prices and extensions will be verified and total checked. Unit price extension and net total must be shown. Unit price SHALL prevail. 9. In most cases, bids shall be evaluated on the following items, but not necessarily in this order: RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 2

3 A. Price B. Delivery (If Applicable To Scope of Work) C. Adherence to specifications D. Past record of vendors delivery/performance to the City Of College Park Though delivery will be a large consideration, please be as candid and as accurate with dates as possible. 10. The City desires delivery of the material or services specified at the earliest possible time after the date of award. Unreasonable delivery proposal may be cause for disqualifying a bid. Each bidder shall state a definite time and avoid using terms ASAP or approximately so many days. 11. The bidder or contractor shall provide copies of Workers Compensation Insurance with a limit of not less than required by the State of Georgia or otherwise stated in the bid instructions. Copy of Commercial General Liability Insurance shall be provided. (If Applicable) 12. All prices shall be for delivery, our destination, and F.O.B. freight prepaid and allows, College Park, Georgia unless otherwise shown. (If Applicable) 13. No Federal or State Sales Tax is applicable. The Federal tax identification number is The City is State tax-exempt under the code of Georgia, Charter Cash discounts or end of month terms should be shown separately, even if terms are net. 15. The City of College Park reserves the right to accept or reject any and all bids, due to past performance, etc. and waive any informality. The City will accept or reject all bids within 90 days from the date of the bid opening. THE UNDERSIGNED ON THE BID PROPOSAL CERTIFIES THAT HE/SHE HAS CAREFULLY EXAMINED THE INSTRUCTIONS TO BIDDERS, TERMS AND SPECIFICATIONS APPLICABLE TO AND MADE A PART OF THIS PROPOSAL. HE/SHE FURTHER CERTIFIES THAT THE PRICES SHOWN IN THE SCHEDULE OF ITEMS ON WHICH HE/SHE IS BIDDING, ARE IN ACCORDANCE WITH THE CONDITIONS, TERMS AND SPECIFICATIONS OF THE PROPOSAL AND THAT ANY EXECPTION TAKEN THERETO MAY DISQUALIFY THE BID. SIGNATURE: DATE: PLEASE NOTE: This is a standard, boiler plate RFP document and may or may not have been completely modified for each and every RFP issued. Thank you for your patience and understanding. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 3

4 RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 4

5 CITY OF COLLEGE PARK PURCHASING DEPARTMENT REFERENCE: RFP - CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS SHOW ALL EXCEPTIONS AND COMMENTS BELOW: SIGNATURE: DATE: RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 5

6 City of College Park Purchasing Department Vendor Questionnaire The City of College Park Purchasing Department is seeking vendor information to create a database of current and new businesses doing business with the City of College Park. We ask that all vendors take this time to provide the following information so that we can update our records and develop a process to benefit the needs of the community. The information collected from this questionnaire will not be used in the award of bids. The City will continue to utilize a fair, equitable and impartial process and award bids based upon the lowest, responsible bidder. Vendor Name Vendor Type Vendor Address City/State Telephone Number Zip Alternate Telephone Number A Minority Business Enterprise (MBE) is a business which is an independent and continuing operation for profit, performing a commercially useful function which is owned and/or controlled by one or more minority group member. Owned is a minority or female owner which possesses an ownership interest of a least 51 percent of the business. Controlled is a minority or female which possess and exercise the legal authority and power to manage business assets, good will and daily operations of the business and actively and continuously exercise such managerial authority and power in determining the policies and directing the operations of the business. VENDOR HAS INDICATED AS: Is vendor/company minority-owned? YES specify how listed below: OR NO. If YES, please African American Business Enterprise (AABE) Hispanic Business Enterprise (HBE) Female Business Enterprise (FBE) Asian Business Enterprise (ABE) Native American Business Enterprise (NABE) Other: If yes, is the firm certified as such by any Federal, State or Local Governing authority? If so, please provide appropriate documentation showing such certification. Signature ( of contact person with company) Date Name (print) Title PLEASE COMPLETE, SIGN AND DATE THIS FORM AND MAKE A PART OF BID PACKET. Thank you for your cooperation. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 6

7 CONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned contractor/ subcontractor/ sub-subcontractor who is engaged in the physical performance of services under a City of College Park contract verifies its compliance with The Georgia Illegal Immigration Reform and Enforcement Act of 2011that they are enrolled in and use E-Verify or, in the case of a contractor/ subcontractor/ sub-subcontractor who has no employees and does not intend to hire employees during the term of the contract, will provide a copy of a state-issued driver s license or ID Card issued by a U.S. state that will verify lawful immigration status. E-Verify User Identification Number E-Verify Date of Authorization Name of Contract/Project Name of Contractor/ Subcontractor/ Sub-subcontractor (Circle one) Name of Authorized Officer Signature of Authorized Officer SUBSCRIBED TO AND SWORN BEFORE ME ON THIS THE DAY OF, 20. Notary Public My commission expires on: RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 7

8 RFP DOCUMENT REQUIREMENTS & CHECKLIST PLEASE COMPLETE, SIGN AND SUBMIT THE FOLLOWING BID DOCUMENTS IN THE ORDER LISTED BELOW. 1.One (1) marked Original and two (2) marked Copy of response 2. RFP Document Requirements & Checklist completed, signed and dated 3. All requested documents outlined in this three (3) part RFP 4. Bid Bond of five percent (5%) (The original document with raised seal.) 5. License number and documentation (as required by applicable State and local laws) 6. Exceptions Sheet (if deemed necessary by vendor) 7. Vendor Questionnaire 8. Contractor Affidavit 9. Proofs of Insurance 10. List of Subcontractors 11.References Request pages 12.Any/All Addenda must be signed and dated and made a part of bid packet 13.Successful bidder acknowledges requirement to provide Performance and Payment Bond before execution of contract. Is the vendor located in the City of College Park? Has the vendor previously conducted business with the City of College Park? If so, please list latest project name and date: Has your company ever been debarred from doing business with any federal, state or local agency? If yes, please provide details (on back) including agency name, date and reason for debarment. Vendor or Representative Signature Date Late responses will not be accepted. Faxed or ed responses will not be accepted. City of College Park is not responsible for submissions not properly identified, nor for late or undelivered mail or courier service. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 8

9 INSURANCE REQUIREMENTS Within ten (10) days of Notice of Award, and at all times that this Contract is in force, the Contractor shall obtain, maintain and furnish the City Certificates of Insurance from licensed companies doing business in the State of Georgia and acceptable to the City covering: 1. Worker s Compensation Insurance 2. Comprehensive General Liability Insurance 3. Automobile Liability 4. Umbrella Liability Insurance Copies of these Certificates of Insurance shall be furnished to the City prior to execution of the contract. Such policies shall be non-cancellable except on thirty (30) days written notice to the City. ** LOCAL PREFERENCE POLICY: Local Preference may be given to businesses that have a business location within the geographic boundaries of the City of College Park as long as all requirements of the bid have been met. Should a local vendor submit a bid proposal that is not more than five percent (5%) greater than the bid of the lowest non-local vendor for bids up to $150,000 or not more than three percent (3%) greater than the bid of the lowest non-local vendor for bids in excess of $150,000, then the local vendor s bid shall be recommended for approval provided all requirements of the bid proposal/process have been met. This policy shall not apply to any purchases of materials, equipment or services in excess of $1,000,000. The term business location means that the business has a staffed, fixed, physical place of business located within City of College Park City Limits and has had the same for at least one (1) year prior to the date of the business submission of its proposal or bid, as applicable and has held a valid business license from the City of College Park. ** ** ** IMPORTANT RFP EVENT DATES: RFP release and newspaper advertisement Work week of June 19, 2017 Informational Conference None Last day for questions June 28, 2017, 4:00pm Addendum posted on City website July 06, 2017, 4:00pm Responses Due July 13, 2017, 10:00am ** ** RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 9

10 LIST OF SUBCONTRACTORS I do / do not propose to subcontract some of the work on this project. I propose to Subcontract work to the following subcontractors: SUBCONTRACTOR WORK TO BE PERFORMED % OF THE WORK Company Name: RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 10

11 REFERENCE REQUEST REFERENCES: The following references are from current and past government, educational and/or commercial accounts of similar size and scope. This list includes a minimum of five (5) references and does not include the City of College Park, or any City of College Park employee as a reference. REFERENCE # 1: Name of Entity/Firm: Mailing Address: City/State/Zip Code: Contact Person Name: Contact Person Telephone Number: Date When Work Performed: Description of Work Performed: REFERENCE # 2: Name of Entity/Firm: Mailing Address: City/State/Zip Code: Contact Person Name: Contact Person Telephone Number: Date When Work Performed: Description of Work Performed: RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 11

12 REFERENCE # 3 Name of Entity/Firm: Mailing Address: City/State/ZipCode: Contact Person Name: Contact Person Telephone Number: Date When Work Performed: Description of Work Performed: REFERENCE # 4 Name Of Entity/Firm: Mailing Address: City/State/ZipCode: Contact Person Name: Contact Person Telephone Number: Date When Work Performed: Description of Work Performed: RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 12

13 REFERENCE # 5 Name of Entity/Firm: Mailing Address: City/State/ZipCode: Contact Person Name: Contact Person Telephone Number: Date When Work Performed: Description of Work Performed: By signing below, I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for same materials, supplies or equipment, and is in all respects fair and without collusion or fraud. I understand that collusive bidding is a violation of State and Federal law and can result in fines, prison sentences, and civil damage awards. I agree to abide by all conditions of this bid, and certify that I am authorized to sign this bid for the bidder. (Name of Company) (Contact Name) (Phone Number) (Fax Number) ( Address) (Signature) (Print Name) RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 13

14 This is the Purchasing Department (main) section of the RFP. The following pages will include the next three sections of this RFP, which are: CITY Landscape Maintenance Services, first section; (1) specified areas along Main Street / U.S. Highway 29; GICC Landscape Maintenance Services, second section; (2) Georgia International Convention Center (GICC) and the Gateway Center maintained access areas located at 2000 Convention Center Concourse, College Park, GA 30337; PUBLIC WORKS Detention Pond Grass Maintenance Services, third section; (3) Detention Ponds (8 each) City-wide. Individual invoices are to be submitted separately, to the appropriate department, as stated in each particular section. Responding vendors must submit proposal prices for all three (3) landscape projects, individually. Responding vendors not submitting proposal prices for all three (3) landscape projects, individually, will not be considered. REMAINDER OF PAGE LEFT BLANK. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 14

15 REQUEST FOR PROPOSAL FOR LANDSCAPE MAINTENANCE SERVICE FOR CITY OF COLLEGE PARK MAIN STREET/US ROUTE 29 COLLEGE PARK, GEORGIA (First section of RFP document) RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 1

16 REQUEST FOR PROPOSAL The sole intent of this Request for Proposal is to provide commercial landscape maintenance services for the City of College Park, College Park, Georgia as specified in this RFP. The areas shall include running north on Main Street/US Route 29, beginning at location specified on Exhibit A.1 and ending at Vesta Avenue as specified on Exhibit A.10. Sealed proposals will be received until 10:00am at the CITY OF COLLEGE PARK, CITY HALL PURCHASING DEPARTMENT, 3667 Main Street, College Park, Georgia 30337, to arrive on or before Thursday, July 13, Sealed proposals shall be opened at 10:00am on July 13, 2017 in the Conference Room, CITY OF COLLEGE PARK, 3667 Main Street, College Park, Georgia Proposals received after the assigned date and time will not be considered. The CITY OF COLLEGE PARK is not responsible for the U.S. mail or private couriers in regards to mail being delivered. Any questions relative to any portion of this proposal should be submitted in writing VIA to The last day for questions and clarification will be June 28, 2017 at 4:00pm. All bids must be a final cost. Bid on the Proposal Form provided, without changes. An original and two (2) copies of the proposal shall be submitted. Bids shall be submitted in or attached with the yellow envelope, completed. No bid may be withdrawn after the scheduled closing time for a period of 90 days. Only bids submitted by qualified Landscape Providers licensed as required by applicable State and local laws will be considered. The CITY OF COLLEGE PARK reserves the right to reject any and all bids and to waive formalities and technicalities. A W9 will be requested from the successful bidder if applicable. Event Date Request for Proposal Issued 06/21/17 Pre-Bid Meeting None Last Day for Questions/Clarifications 06/28/17 Addendum to City Website 07/06/17 Proposals Due to City of College Park 07/13/17 It is incumbent upon vendors to visit sites outlined in this RFP so as to prepare a proper response. The City of College Park shall be referred to as client and the bidder shall be referred to as contractor in this RFP. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 2

17 DEFINITIONS The terms Municipality or City are to be understood to mean The City of College Park City Council means the elected Council for the City of College Park. Bidder or Contractor means the legal entity submitting a response to a proposal. Proposal or RFP refers to this Request for Proposal document including appendices and addenda. The Project refers to the City of College Park, Georgia. Scope GENERAL CONDITIONS FOR BIDDER The intent of this proposal is to provide landscape maintenance along Main Street/US Route 29 in College Park, Georgia Please see requirements and detailed description contained in this Request for Proposal. Cover Letter The cover letter must be in the form of a standard business letter containing the Vendor s name, address and telephone number and must be signed with an original signature, in ink, by an individual authorized to legally bind the Vendor. The letter must contain the following information: 1. A statement describing the Vendor s legal structure (e.g., corporation, partnership) and providing federal tax identification number and principle place of business. 2. A statement that the person signing the quote certifies that he or she is the person in the Vendor s organization who has actual authority to make decisions as to matters relating to this RFP and to bind the Vendor. 3. A statement that the quote meets the minimum qualifications set forth in this RFP and accepts all requirements and terms and conditions contained in this RFP. 4. A statement that the Vendor does not discriminate in its employment practice with regard to race, color, age, religion, sex, veteran status, sexual preference, national origin, or disability (ACA Standards , , , , Equal Employment Opportunity). 5. A statement that no attempt has been made or will be made by the Vendor to induce any other person or firm to submit or not submit a quote. 6. A statement that indicates whether the Vendor or any of its agents has a possible conflict of interest with any city employee involved in this RFP and any ensuing Contract(s) or any other conflict of interest and, if so, an explanation of the conflict must be given. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 3

18 Validity of Proposal Proposals must remain valid for ninety (90) calendar days after the proposal due date. Proposals submitted with a less than ninety (90) day validity will be found non-responsive and will not be considered. Inspection It is understood within this agreement that any problems that arise such as unspecified maintenance, lack of performance and any other conditions outlined in the scope of service not performed by the Contractor will be under immediate review by the CITY OF COLLEGE PARK. Insurance Contractor shall maintain at its own cost, adequate insurance to protect itself and Client for claims under the applicable Workers Compensation Law and other public liability insurance with coverage in amounts of no less than the following: $2,000,000 Commercial Umbrella $500,000 General Liability $500,000 Auto Liability $250,000 Workers Compensation Prior to commencing any work under this agreement, Contractor shall have its insurance company or companies, which are acceptable to CITY OF COLLEGE PARK, execute a certificate of insurance, and deliver a copy of said certificate of insurance to CITY OF COLLEGE PARK. Until said certificate of insurance is properly executed and delivered to CITY OF COLLEGE PARK, Contractor shall not move its equipment or laborers onto the premises or begin performance of the work specified under this agreement. If Contractor fails to provide the required insurance, CITY OF COLLEGE PARK shall have the duty to prove insurance and deduct all premiums paid by the CITY OF COLLEGE PARK for and on account of said insurance. Proof of Insurance should be included in submitted bid documents. Premises Contractor shall perform its landscape management services specified under this agreement upon the premises located along Main Street/US Route 29 in College Park, Georgia Refer to Exhibit A. Lawns Lawns shall be mowed weekly during the months of March through November. They will be maintained as needed during the months of December through February. Raking of the lawns is to be done after each mowing, or as needed, and where needed to present a neat appearance, and to prevent the buildup of thatch. At no time shall more than 1/3 of the leaf blade be removed during mowing. Overseeding Lawns shall be overseeded in the fall of each year to be completed no later than September 30 th of each year. Ground aeration shall be performed at this time. Overseeding should be calculated separately based on the net square footage and included in the Monthly Landscaping Maintenance Cost w/overseeding section of this document. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 4

19 Edging All grassed areas, including edges of walks, curbs, buildings, and planting beds shall be edged every two weeks, or as deemed necessary by the Client. Edging shall include backs of grassed areas as well as those areas adjacent to the curb. This task shall be completed with regularity during the months of March through November, and as needed to maintain a neat appearance during the months of December through February. Cleaning/Trash Grass clippings and all other debris resulting from the services provided by the Contractor will be removed from lawns, sidewalks, parking lots, streets and breezeways immediately upon completion of work or as deemed necessary by Client. The Contractor shall pick up and dispose of all clippings, normal litter trash and litter, including but not limited to paper, wire, bottles, cans, etc., per visit. Contractor is responsible for removal and disposal of trash and litter from site. Chemical Program The contractor shall furnish a minimum of three (3) fertilizer applications to lawn areas, and one (1) fertilizer application to trees and shrub beds per year. The cost of the fertilizer and labor is included in the agreement. The Contractor agrees to provide, in the cost of this agreement, any and all pre or post emergent herbicides necessary to enhance all lawns and bed areas. This agreement also includes pesticide applications on an as needed basis, to prevent injury to landscape plants, turf plants and turf. Documentation provided to the Client shall be required for application of any and all chemicals, specifying the date of application, type of chemical and application rate. Pruning Plants shall be shaped to enhance and preserve their natural appearance. Shearing is not acceptable. Major pruning is to be accomplished in the months of December through February. Light pruning is to be done, as required, in order to maintain proper growth during the months of March through November. Pruning of spring flowering plants shall be done as soon as blooming has ceased, but only to enhance natural shape. General pruning shall be done September 1 st of each year to allow time for new growth to harden for winter. The Contractor agrees to prune winter kill branches from shrubs and ground cover as soon as it is evident the plant will not recover. The Client anticipates all dead wood pruning to be completed no later than May 15 th of each year. All clippings, pruned branches, and sucker growth on trees shall be removed from site and disposed by Contractor. Mulch/Pine Straw Pine straw shall be provided by the Contractor two (2) times a year. A minimum of three (3) inches of mulch shall be maintained at all times. Mulch shall be clean and free of excess branches, litter, and weeds. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 5

20 Natural Areas Natural areas shall only receive the maintenance required to keep clean of trash and to control weeds at each visit. Seasonal Blooming Plants Seasonal blooming plants shall be planted for the Client in specified beds two (2) times per year. Seasonal color beds shall be tilled and prepared with a minimum depth of eighteen (18) inches, and fertilized before initial planting. Price of plants includes first watering, installation, fertilization, maintenance, insect and disease control, and removal upon completion of bloom, as necessary. Any plants that do not survive (or respond to treatment) due to insects, disease, etc. shall be replaced at no cost to the Client. Watering is understood to be the responsibility of the Client AFTER the first watering by the Contractor. Equipment Inventory Contractor shall provide an inventory of new and sufficient quantity of landscaping equipment to be used. Initial capitalization plan with equipment outline and capital expense strategy for term of agreement should be provided in bid package. Inspection It is understood within this agreement that any problems such as disease, insect infestations, or unusual weather conditions, etc. shall be discussed with the Client. A landscape maintenance foreman shall check with the Client each day while providing services included in this agreement. This will enable the foreman to discuss work orders and any other concerns either party might have. Monthly inspections will be scheduled with the foreman as deemed necessary by Client. Irrigation System Contractor to coordinate irrigation schedule with the Client on a regular basis, taking into consideration seasonal demands, watering restrictions and off season deactivation. Contractor shall winterize (de-activate) irrigation system prior to the average first frost date in the Fall of the year. Contractor shall energize the irrigation system after the average last frost date in the Spring of the year. Contractor to advise Client of any and all leaks, cracks, damage to controllers and or heads and any other impairment to the system as soon as the problem is discovered and isolate those failures by turning off that zone of the system. At that point, Contractor will provide a quote for repair of the failure BEFORE repairing. These quotes will be presented to the Clients representative Mr. Mike Mason, Public Works Director. Special Provisions Fire ants in lawn and shrub bed areas shall be treated as they appear. Vegetation growing in asphalt or concrete cracks shall be treated as it appears. All workers must be dressed appropriately to include wearing of shirts and shoes while on the premises. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 6

21 SEASONAL LANDSCAPE REQUIREMENTS JANUARY 1. Complete Winter pruning evergreen and deciduous plants (non flowering and summer flowering trees and shrubs). 2. Cut liriope. 3. Leaf removal leaves shall be blown from parking areas, right of ways, lawn and shrub beds and disposed of in approved location. 4. Prune Crape Myrtle. 5. Prune Pampas Grass. 6. Lawns mowed, trimming and edging completed as needed. FEBRUARY 1. Complete Winter pruning as needed. 2. Weed control with pre-emergent for turf and shrub beds. 3. Weed control with pre-emergent for Bermuda, fertilize shrub beds. 4. Weed control with pre-emergent for Fescue, fertilize shrub beds. 5. Lawns mowed, trimming and edging completed as needed. MARCH 1. Fertilize shrubs and trees with balanced slow release fertilizer with iron. 2. Weed control with pre-emergent for turf and shrub beds. 3. Prune flowering trees. 4. Irrigation check controller and all heads for any leaks, cracks, or other winter damages. 5. Lawns mowed weekly. 6. Edging and trimming completed every two (2) weeks. APRIL MAY 1. Fertilize Fescue with 50% SCU w/pre-emergent. 2. Fertilize flowerbeds after blooming. 3. Fungicide ornamentals and turf at first indication of disease. 4. Weed control with pre-emergent in shrubs and turf. 5. Plant summer blooming flowers and fertilize with fast acting liquid followed by slow release. 6. Fertilize shrubs and trees balanced slow release fertilizer. 7. Weed control with pre-emergent in shrubs and on Bermuda with 50% SCU w/preemergent. 8. Lawns mowed weekly. 9. Edging and trimming completed every two (2) weeks. 1. Fertilize Bermuda w/balanced slow release fertilizer 5 lbs/1000 (in May or June). 2. Fertilize flower beds. 3. Prune winter die back on all plants. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 7

22 JUNE JULY 4. Weed control in shrub beds and turf with post emergent. 5. Prune and shape spring flowering shrubs and trees. Fertilize shrubs and trees balanced slow release fertilizer. 6. Lawns mowed weekly. 7. Edging and trimming completed every two (2) weeks. 1. Shape pruning of shrubs and trees. 2. Weed control in shrub beds w/post-emergent. 3. Fertilize Fescue with professional turf fertilizer with iron. 4. Sod replacement (this would be a change order item). 5. Prune Ivy and Euonymus, if needed. 6. Water (turf, shrubs and trees). 7. Sucker growth removed on all trees. 8. Fertilize Bermuda with 50% SCU. 9. Lawns mowed weekly. 10. Edging and trimming completed every two (2) weeks. 1. Insect control. 2. Water (turf, shrubs, trees). 3. Sod replacement (change order item). 4. Crape Myrtle suckers removed. 5. Weed control (post emergent) in shrub beds and turf. 6. Shape pruning of shrubs and trees. 7. Lawns mowed weekly. 8. Edging and trimming completed every two (2) weeks. AUGUST 1. Crape Myrtle suckers removed. 2. Crape Myrtle mildew treated. 3. Lawns mowed weekly. 4. Edging and trimming completed every two (2) weeks. 5. Fertilize flower beds (last application of fertilizer). SEPTEMBER 1. Weed control in shrub beds and turf with post-emergent. 2. Fertilize groundcovers, shrubs, trees balanced fertilizer. 3. Plant fall blooming seasonal color. 4. Pansy preparation. 5. Aerate and overseed Fescue (change order item) fertilize with 25% SCU, and lime as needed, (in September or October). 6. Shape pruning of shrubs and trees. 7. Lawns mowed weekly. 8. Edging and trimming completed every two (2) weeks. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 8

23 OCTOBER 1. Flower beds seasonal flow planting fertilizer with quick acting liquid and follow with long lasting granular. 2. Lime turf grass as needed. 3. Fescue mowing 4. Leaf removal-leaves shall be blown from parking areas, right of ways, lawn, and shrub beds and disposed of in approved location. 5. Shape pruning of shrubs and trees. 6. Fertilize shrubs and trees with balanced fertilizer. 7. Fertilize Bermuda w/pre-m. 8. Lawns mowed weekly. 9. Edging and trimming completed every two (2) weeks. NOVEMBER 1. Fescue mowing. 2. Leaf blowing and removal-blown from parking areas, right of ways, lawn and shrub beds and disposed of in approved location. 3. Pine straw only after complete leaf removal (may run into December if leaves still on trees). 4. Lawns mowed weekly. 5. Edging and trimming completed every two (2) weeks. DECEMBER 1. Complete leaf removal blown from parking areas, right of ways, lawn, and shrub beds and disposed of in approved location. 2. Fertilize fescue. 3. Lime Bermuda (as needed). 4. Lawns mowed, trimming and edging completed as needed. General Maintenance Instructions 1. Mowing, trimming, edging should be done as outlined above or when deemed necessary by Client. 2. Trash per visit. 3. De-thatching when thatch exceeds ½ - ¾ in depth in warm season grasses (Bermuda, Zoysia). 4. Lime only as needed. 5. Weeding year round. 6. Pine straw twice per year. 7. All clippings, pruned branches, and sucker growth on trees shall be removed and disposed of by Contractor. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 9

24 General The responsibility is on the bidder to show their knowledge, understanding and capacity to conduct the work outlined in the RFP. The responses will be assessed according to how well they meet the City s needs and assure the City s success in relation to the submission requirements. The detail and clarity of the written submission will be considered indicative of the bidder s expertise and competence. The City reserves the right to reject any and all proposals and to waive technical errors as heretofore set forth. All information provided in response to this RFP must contain sufficient detail to support the services being proposed. Incomplete submissions will not be considered. All pricing proposed must be in United States funds and exclusive of all appropriate taxes. The prices will include all cost related to work to be performed to include but not limited to vehicle, travel, equipment, labor, materials, freight, delivery, removal and installation. The City of College Park is not liable for any costs incurred by interested parties in the preparation of their response to this request or interviews. Furthermore, the City shall not be responsible for any liabilities, cost, expenses, loss or damage incurred, sustained or suffered by any interested party, prior to, subsequent to, or by reason of the acceptance, or non-acceptance by the City of any response, or by reason of any delay in the acceptance of the response. Form of Proposals The proposal shall be submitted on the Form of Proposal included in this document and contained and labeled with the yellow envelope as described in number 2 of General Instruction to Bidder. The envelope must include three (3) sets of the submitted proposal, one (1) marked as Original with original signatures and two (2) marked as Copy. The proposal submission must be legible, written in ink, or typewritten. Proposals containing changes, erasures, overwriting, white-outs, cross-outs, or strike-outs which are not initialed by the bidder may not be accepted. The Form of Proposal must contain an original manual signature in ink in the specified place by an authorized signing officer digital, mechanical or electronic signatures will be rejected. No part of the Form of Proposal included in this package shall be altered or deleted. The completed proposal shall be dated and properly signed in the space(s) by a duly authorized official(s) of the entity submitting a proposal. Signatures on behalf of a non-incorporated entity or by individuals shall be witnessed. Proposals shall not be made by or facsimile. Adjustment by , facsimile, letter or otherwise to a proposal already submitted shall not be accepted or considered. Proposals may be withdrawn prior to the time of opening thereof only by notice to the City of College Park Purchasing Department signed by the bidder. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 10

25 A proposal delivered in person or by a courier service, without the yellow envelope as described in number 2, General Instruction to Bidder, or a proposal that is not delivered to the designated location by the bidder or courier service may be rejected. The failure of the bidder or courier service to deliver the proposal submission to the designated location on time shall result in the proposal being rejected. CITY OF COLLEGE PARK PURCHASING DEPARTMENT GENERAL INSTRUCTION TO BIDDER 1. The following instructions are to be considered an integral part of this proposal. Proposals MUST BE TYPEWRITTEN OR PRINTED IN INK. The person signing the bid form must initial any changes or corrections made to this proposal. 2. The person, firm or corporation making the proposal shall submit their bid in the YELLOW ENVELOPE provided with this proposal. The envelope must be complete with the bidder s company name, bid title, bid number and bid date. Should a larger envelope be required, the YELLOW ENVELOPE must be attached to the OUTSIDE. No proposal may be withdrawn or modified in any way after the bid opening deadline. Quotes must remain valid for ninety (90) days after the quote date. Quotes submitted with a less than ninety (90) day validity will be found non-responsive and will not be considered. NOTE: BID DOCUMENTS DOWNLOADED FROM THE COLLEGE PARK WEBSITE MAY USE THE YELLOW MAILING LABEL (PAGE 4) TO SUBMIT YOUR PROPOSAL. All proposals must be a final cost. Bid on the proposal form provided, without changes. One (1) marked Original and two (2) marked Copy of the proposal are required unless otherwise stated in the documents. 3. Sealed proposals will be received no later than 10:00am, Thursday, July 13, 2017 at the City of College Park Purchasing Department, 3667 Main Street, College Park Georgia, at which time they will be opened and publicly read aloud. Bids received after the above date and time, or in any other location other than the Purchasing Department will not be considered. RFP document may be obtained from the City of College Park Purchasing Department, 3667 Main Street, College Park, Georgia 30337, or from 4. If descriptive literature is attached to the bid, bidder s name must appear on all sheets. 5. A cover letter must be attached in the form of a standard business letter containing the bidder s name, address and telephone number and must be signed with an original signature, in ink, by an individual authorized to legally bind the bidder. The letter must contain the following information: a. A statement describing the bidder s legal structure (e.g. corporation, partnership) and providing federal tax identification number and principle place of business. b. A statement that the person signing the quote certifies that he or she is the person in the bidder s organization who has actual authority to make decisions as to matters relating to this RFP and to bind the bidder. c. A statement that the quote meets the minimum qualifications set forth in this RFP and accepts all requirements and terms and conditions contained in this RFP. d. A statement that the bidder does not discriminate in its employment practice with regard to race, color, age, religion, sex, veteran status, sexual preference, national origin, or disability (ACA Standards , , , Equal Employment Opportunity). e. A statement that no attempt has been made or will be made by the bidder to induce any other person or firm to submit or not submit a quote. f. A statement that indicates whether the bidder or any of its agent has a possible conflict of interest with any city employee involved in the RFP and any ensuing Contract(s) or any other conflict of interest and, if so, an explanation of the conflict must be given. 6. If there is any question whatsoever regarding any portion of the instructions or specifications, it shall be the bidder s responsibility to seek clarification from the City of College Park Purchasing RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 11

26 Department by ONLY, no later than 4:00pm, Thursday, June 28, All questions shall be submitted in writing via to the attention of Barbara Gregory, Purchasing Department, City of College Park at IT SHALL BE THE BIDDER S RESPONSIBILITY TO CHECK THE CITY S WEB SITE ( FOR ANY/ALL ADDENDA. Answer(s) to all questions will be provided via Addendum after the deadline for questions has expired, and posted to the City s web site, if applicable. The City will not be responsible for any verbal (spoken) information from any City staff or from any consultant firms retained by the City, or from any other person or persons who may have an interest in this RFP. Adjustments or changes to this RFP prior to the closing date and time stated herein will only be by written addendum/addenda only and said addendum/addenda will be issued by the Purchasing Department of the City of College Park. Addenda will be posted on It is the bidder s sole responsibility to check this web site often to be informed of any posted addendum. The City makes no promise or guarantee that any addendum will be delivered by any means to any bidder. By submitting a proposal in response to this RFP, the bidder acknowledges and agrees that addendum/addenda shall only be posted on the College Park website and it is the sole responsibility of the bidder to check this web site for said addenda. Failure to include signed copies of the addenda with the submitted proposal may result in a non-compliant proposal. Any variation from the specifications must be clearly stated by the bidder in writing and submitted with his/her proposal. The apparent silence of the specifications and any supplement specifications as to any details or the omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of this specification shall be made upon the basis of this statement. Clarification of Proposal Documents It is the responsibility of the bidder to seek clarification of any matter that they consider unclear before submitting a proposal. The City of College Park is not responsible for any misunderstanding of the proposal on the part of the bidder. It is the bidder s responsibility to verify the extent of work required under this project. No allowances will be made for the bidder failing to do so. Any item not specifically mentioned in the specifications but implied or required to complete the project will be considered to be included in the total price. Bidders may inquire into and clarify any requirements of the RFP. Inquiries must be directed to the attention of Barbara Gregory, Purchasing Department at bgregory@collegeparkga.com. In order to manage this process, bidders are requested to submit all questions in writing, by ONLY no later than 4:00pm on Thursday, June 28, Proposals submitted shall be final and may not be altered by subsequent offerings, discussions or commitments unless the bidder is requested to do so by the City of College Park. Error and Omissions While the staff has used considerable efforts to ensure an accurate representation of information of the Request for Proposal, the information combined in the Request for Proposal is supplied solely as a RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 12

27 guideline for bidders. The information is not guaranteed or warranted to be accurate, nor is it necessarily comprehensive or exhaustive. Nothing in this Request for Proposal is intended to relieve bidders from forming their own opinions and conclusion in respect of the matters addressed in the Request for Proposal. Informal or Unbalanced Proposals Proposals which are incomplete, unconditional, illegible or obscure, or contain reservations, erasures, alterations or irregularities of any kind, may be rejected as informal. Proposals that contain prices which appear to be so unbalanced as likely to adversely affect the interest of the City, may be rejected. Conflict of Interest Bidders must disclose to the City in the proposal any potential conflict of interest, including any which may involve City employees, Council members or members or employees of City agencies, boards, or commissions who may have a financial interest in a bidder. If such conflict of interest does exist the City may, at its discretion, refuse to consider the proposal. Bribery/Fraud Should any prospective bidder or any of their agents give or offer any gratuity or attempt to bribe any employee of the City or attempt to commit fraud, the City shall be at liberty to cancel the perspective submission or contract and to rely upon the surety submitted for compensation. Processing of Proposals On receipt by the City representative of a properly sealed envelope delivered by or on behalf of a bidder, the City representative will mark the envelope as to the time and date of receipt and the envelope will be retained unopened until the opening of proposals. The sealed envelopes containing proposals will be opened in public, for registration purposes only, in the room and at the time specified in this document. After the proposal has been opened, City staff may clarify any aspect of a proposal with the bidder; however, the City is not required to clarify any part of a proposal. Any such clarification will not alter the proposal and will not be constituted as a negotiation or renegotiation of the proposal. Any clarification of a proposal by a bidder shall not be effective until confirmation has been delivered in writing. The City may make all necessary corrections to any proposal which is in error through addition or extension, the corrected value prevailing. The City retains the right to select any proposal for purposes that are in the best interests of and for the best value for the City and/or to select parts of various proposals or to reject all proposals for budgetary or other reasons that are in the best interests of and for the best value for the City. The City reserves the right to award a contract to other than the bidder submitting the lowest costs. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 13

28 The selected bidder will be notified after City Council has reviewed and approved the proposal. The issuance of the proposal in no way implies that the City will proceed with an order or contract for the specified items or services and will not reimburse any bidder for any costs incurred in preparing, submitting or presenting a proposal. Blackout Period The City prohibits communications with respect to this bid opportunity initiated by a bidder to any City official, consultant or employee for the period of time from the closing of the tender up to and including the date that the contract has been awarded (the Blackout Period ). Any communication between the bidder and the City during the Blackout Period will be initiated by the City s Purchasing Department for the sole purpose of obtaining information or clarification necessary in order to ensure a proper and accurate evaluation of the bid. Any communication initiated by a bidder during the Blackout Period may be grounds for disqualifying the offending bidder from consideration for the contract award. References Bidder must provide five (5) references of customers with successful implementation of similar size and scope with work performed within the past five (5) years. Please include customer name, address, contact, and phone number. If sub-contractors or business partners will be used in conjunction with this project, please provide references as stipulated above. References should be included in submitted bid documents. Please use RFP document forms, entitled REFERENCE REQUEST pages 11, 12 and 13 in first section of RFP document. License and Permits The successful bidder shall, at their own expense, be responsible for maintaining and keeping all municipal and any other licenses, or approvals, necessary to permit them, their employees or company, to carry out the requirements of this agreement at no additional cost to the City of College Park. The bidder shall comply with all Federal, State and Municipal laws and regulations. Invoicing Terms Invoices for CITY Landscape Maintenance Services are to be mailed on the 15 th of the month to the City of College Park Development Department, Attention: Artie Jones / Tasha Hall-Garrison, POB 87137, College Park, GA Separate invoices will be submitted. Upon receipt, invoices will be reviewed with any discrepancies noted and processed for payment by the Development Department and the City of College Park with payment following within 21 days of receipt of invoice. Terms of Contract RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 14

29 The term of awarded contract will be one (1) year from commencement and reviewed appropriately for renewal. Should the Contractor at any time violate or fail to perform any of the landscaping requirements stipulated in the service contract, the Development Department and / or City of College Park may notify Contractor in writing via certified mail outlining the violations or failure to perform and terminate said service contract after a 30 day notice period. If the Contractor at any time feels the Development Department and / or City of College Park has violated or failed to perform any of their responsibilities, the Contractor may terminate their service with the Development Department and or City of College Park via certified mail outlining the violations or failure to perform and terminate said service contract after a 30 day notice period. Award of Contract The low monetary proposal will NOT in all cases be awarded the contract or purchase order. The contract or purchase order will be awarded by the Development Department and City of College Park to the best responsible bidder whose proposal represents the most advantageous proposal; price and other factors considered. The Development Department and City of College Park reserves the right to reject any and all proposals and to waive formalities and technicalities. Time of Start The City Manager and the Development Director upon approval by the College Park Mayor and City Council will derive the starting date of work. Indemnification Without limiting any other obligation of the bidder under this contract or otherwise, the bidder hereby agrees to Indemnify and Save Harmless the City of College Park, its elected officials, officers, employees, servants, agents and others for whom the City is in law responsible, from and against any liability, loss, claims, demands, damages, fines and penalties, costs and expenses (including consulting fees), investigatory and legal expenses, and any other actions or causes of actions, suits, caused by or attributed to any willful or negligent act, omission, delay or allegations thereof on part of the bidder, its officers, employees, sub-contractors, agents, licensees, assignees, invites or other persons engaged in the performance, non-performance or attempted performance of the work pursuant to the contract or anyone else for whom the bidder is in law responsible. Should the City be made a part of any litigation commenced by or against the bidder, then the bidder will protect, indemnify and hold the City harmless and will promptly pay all costs, expenses, and legal fees incurred or paid by City in connection with such litigation upon demand. The bidder will also promptly pay upon demand all costs, expenses and legal fees that may be incurred or paid by the City in enforcing the terms, covenants and conditions in this contract. Non Performance RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 15

30 The City reserves the right to determine non performance or poor quality of goods and/or services, and further reserves the right to cancel the contract. The opinion of the City of College Park in this regard shall be final in all instances. In the event that the bidder shall be discharged before all the services contemplated hereunder have been completed, or the services are for any reason terminated, stopped or discontinued because of the inability of the bidder to serve under this agreement, they shall be paid only for the portion of the work which shall be satisfactorily completed at the time of termination. Ownership of Work Product All plans, drawings, submittals and other documents submitted to the City by the bidder become and are the property of the City, and the City may, without restriction, make use of such documents and underlying concepts as it sees fit. The bidder shall not be liable for any damage that my result from any use of said documents for purposes other than those described in this proposal. Accessibility The City is committed to the accessibility principles of preventing and removing barriers in accessing goods and services for people with disabilities and is bound by the regulations under the Americans with Disabilities Act of 1990 as may be amended from time to time. Regulations enacted under the Act apply to every designated public sector organization and other third parties that provide goods and services to the member of the public. The bidder and all sub-contractors and/or partners hired by the bidder in the completion of its work will meet or exceed compliance with all applicable regulations under the Americans with Disabilities Act of 1990 as may be amended from time to time. It is the bidder s responsibility to ensure they are fully aware of, and meet all requirements under the Act. Compliance with the Americans with Disabilities Acts of 1990 will be required by the successful bidder. Remainder of page left blank. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 16

31 Project Costs for CITY Landscape Maintenance Services Please provide in detail all proposed costs associated with this project. MONTHLY LANDSCAPING MAINTENANCE COST: $ MONTHLY LANDSCAPING MAINTENANCE COST W/ OVERSEEEDING: $ Quotes must remain valid for ninety (90) calendar days after the quote date. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 17

32 Form of Proposal for CITY Landscape Maintenance Services To: The City of College Park College Park, Georgia The undersigned declares that he/she has carefully examined the attached information and is thoroughly familiar with its provisions and with the quality, type and grade of work requested. Company Name Address City, State and Zip Phone Facsimile Website PROPOSAL SUBMITTED BY: Signature Print/Type Name Title Date END OF FIRST SECTION: CITY LANDSCAPE PROJECT: (1) SPECIFIED AREAS ALONG MAIN STREET / U.S. HIGHWAY 29, COLLEGE PARK, GA RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 18

33 REQUEST FOR PROPOSAL FOR LANDSCAPE MAINTENANCE SERVICE FOR CITY OF COLLEGE PARK (Georgia International Convention Center) (Second section of RFP document) RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 1

34 REQUEST FOR PROPOSAL The sole intent of this proposal is to provide landscape maintenance services at the Georgia International Convention Center and the specified surrounding Gateway Center maintained access areas located at 2000 Convention Center Concourse, College Park, GA Sealed proposals will be received until 10:00am at the CITY OF COLLEGE PARK, CITY HALL PURCHASING DEPARTMENT, 3667 Main Street, College Park, Georgia 30337, to arrive on or before Thursday, July 13, Sealed proposals shall be opened at 10:00am on Thursday, July 13, 2017 in the Conference Room, CITY OF COLLEGE PARK, 3667 Main Street, College Park, Georgia Proposals received after the assigned date and time will not be considered. The CITY OF COLLEGE PARK is not responsible for the U.S. mail or private couriers in regards to mail being delivered. Any questions relative to any portion of this proposal should be submitted in writing VIA to The last day for questions and clarification will be June 28, 2017 at 4:00pm. All bids must be a final cost. Bid on the Proposal Form provided herein, without changes. Original and two (2) copies of the bid shall be submitted. Bids shall be submitted in a sealed envelope bearing the Landscape Company s name. No bid may be withdrawn after the scheduled closing time for a period of 90 days. Only bids submitted by qualified Landscape Providers licensed as required by applicable State and local laws will be considered. The CITY OF COLLEGE PARK reserves the right to reject any and all bids and to waive formalities and technicalities. A W9 will be requested from the successful bidder if applicable. Event Date Request for Proposal Issued 06/21/17 Last Day for Questions/Clarifications 06/28/17 Addendum to City Website 07/06/17 Proposals Due to City of College Park 07/13/17 The City of College Park/Georgia International Convention Center shall be referred to as client and the bidder shall be referred to as contractor in this RFP. This form and all attachments must be enclosed with your proposal. SCOPE GENERAL CONDITIONS FOR BIDDER The intent of this proposal is to provide landscape maintenance at the Georgia International Convention Center and surrounding Gateway Center maintained access areas. It does not include the barren parcels in the Gateway Center area, nor the landscaped areas maintained by the three hotel properties and Gateway Office Building One (see Exhibit A), only the conditioned and planted spaces of the Georgia International Convention Center and the Gateway Center access areas located at 2000 Convention Center Concourse, College Park, GA. Please see requirements and detailed description of work below. Please supply an additional proposal price without expansion area included. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 2

35 COVER LETTER The cover letter must be in the form of a standard business letter containing the Vendor s name, address and telephone number and must be signed with an original signature, in ink, by an individual authorized to legally bind the Vendor. The letter must contain the following information: 1. A statement describing the Vendor s legal structure (e.g., corporation, partnership) and providing federal tax identification number and principle place of business. 2. A statement that the person signing the quote certifies that he or she is the person in the Vendor s organization who has actual authority to make decisions as to matters relating to this RFP and to bind the Vendor. 3. A statement that the quote meets the minimum qualifications set forth in this RFP and accepts all requirements and terms and conditions contained in this RFP. 4. A statement that the Vendor does not discriminate in its employment practice with regard to race, color, age, religion, sex, veteran status, sexual preference, national origin, or disability (ACA Standards , , , , Equal Employment Opportunity). 5. A statement that no attempt has been made or will be made by the Vendor to induce any other person or firm to submit or not submit a quote. 6. A statement that indicates whether the Vendor or any of its agents has a possible conflict of interest with any city employee involved in this RFP and any ensuing Contract(s) or any other conflict of interest and, if so, an explanation of the conflict must be given. VALIDITY OF QUOTES Quotes must remain valid for ninety (90) calendar days after the quote due date. Quotes submitted with a less than 90 day validity will be found non-responsive and will not be considered. INSPECTION It is understood within this agreement that any problems that arise such as unspecified maintenance, lack of performance and any other conditions outlined in the scope of service not performed by the Contractor will be under immediate review by the CITY OF COLLEGE PARK. INSURANCE Contractor shall maintain at its own cost, adequate insurance to protect itself and Client for claims under the applicable Workers Compensation Law and other public liability insurance with coverage in amounts of no less than the following: $2,000,000 Commercial Umbrella $500,000 General Liability $500,000 Auto Liability $250,000 Workers Compensation Prior to commencing any work under this agreement, Contractor shall have its insurance company or companies, which are acceptable to CITY OF COLLEGE PARK, execute a certificate of insurance, and deliver a copy of said certificate of insurance to CITY OF COLLEGE PARK. Until said certificate of insurance is properly executed and delivered to CITY OF COLLEGE PARK, Contractor shall not move its equipment or laborers onto the premises or begin performance of the work specified under this agreement. If Contractor fails to provide the required insurance, CITY OF COLLEGE PARK shall RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 3

36 have the duty to prove insurance and deduct all premiums paid by the CITY OF COLLEGE PARK for and on account of said insurance. Proof of Insurance should be included in submitted bid documents. PREMISES Contractor shall perform its landscape management services specified under this agreement upon the premises known as Georgia International Convention Center and the Gateway Center Access Areas located at 2000 Convention Center Concourse, College Park, GA. LAWNS Georgia International Convention Center and the Gateway Center Access Areas Conditioned and Planted Spaces: Lawns shall be mowed weekly during the months of March through November. They will be maintained as needed during the months of December through February. Raking of the lawns is to be done after each mowing, or as needed, and where needed to present a neat appearance, and to prevent the buildup of thatch. At no time shall more than 1/3 of the leaf blade be removed during mowing. OVERSEEDING Georgia International Convention Center and the Gateway Center Access Areas Conditioned and Planted Spaces: Lawns shall be over overseeded in the fall of each year to be completed no later than September 30 th of each year. Ground aeration shall be performed at this time. The Future Expansion Pad (see Exhibit B) is exempt from this service, however, the surrounding slopes are included. Overseeding should be calculated based on the net square footage and included in the Monthly Landscaping Maintenance Cost section of this document. EDGING Georgia International Convention Center and the Gateway Center Access Areas Conditioned and Planted Spaces: All grassed areas, including edges of walks, curbs, buildings, and planting beds shall be edged every two weeks, or as deemed necessary by the Client. Edging shall include backs of grassed areas as well as those areas adjacent to the curb. This task shall be completed with regularity during the months of March through November, and as needed to maintain a neat appearance during the months of December through February. CLEANING/TRASH Georgia International Convention Center and the Gateway Center Access Areas Conditioned and Planted Spaces: Grass clippings and all other debris resulting from the services provided by the Contractor will be removed from lawns, sidewalks, parking lots, streets and breezeways immediately upon completion of work or as deemed necessary by Client. The Contractor shall pick up and dispose of all clippings, normal litter trash and litter, including but not limited to paper, wire, bottles, cans, etc., per visit and disposed of in the proper dumpster or trash receptacles approved by Client. (Problem areas often include but not limited to entrances, loading dock and parking lot.) CHEMICAL PROGRAM Georgia International Convention Center and the Gateway Center Access Areas Conditioned and Planted Spaces: The contractor shall furnish a minimum of three (3) fertilizer applications to lawn areas, and one (1) fertilizer application to trees and shrub beds per year. The cost of the fertilizer and labor is included in the agreement. The Contractor agrees to provide, in the cost of this RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 4

37 agreement, any and all pre or post emergent herbicides necessary to enhance all lawns and bed areas. This agreement also includes pesticide applications on an as needed basis, to prevent injury to landscape plants, turf plants and turf. Documentation provided to the Client shall be required for application of any and all chemicals, specifying the date of application, type of chemical and application rate. PRUNING Georgia International Convention Center and the Gateway Center Access Areas Conditioned and Planted Spaces: Plants shall be shaped to enhance and preserve their natural appearance. Shearing is not acceptable. Major pruning is to be accomplished in the months of December through February. Light pruning is to be done, as required, in order to maintain proper growth during the months of March through November. Pruning of spring flowering plants shall be done as soon as blooming has ceased, but only to enhance natural shape. General pruning shall be done September 1 st of each year to allow time for new growth to harden for winter. The Contractor agrees to prune winter kill branches from shrubs and ground cover as soon as it is evident the plant will not recover. The Client anticipates all dead wood pruning to be completed no later than May 15 th of each year. All clippings, pruned branches, and sucker growth on trees shall be disposed of in specified dumpster or other location approved by Client. MULCH/PINE STRAW Georgia International Convention Center and the Gateway Center Access Areas Conditioned and Planted Spaces: Pine straw shall be provided by the Contractor two (2) times a year. A minimum of three (3) inches of mulch shall be maintained at all times. Mulch shall be clean and free of excess branches, litter, and weeds. NATURAL AREAS Georgia International Convention Center and the Gateway Center Access Areas Conditioned and Planted Spaces: Natural areas shall only receive the maintenance required to keep clean of trash and to control weeds at each visit. SEASONAL BLOOMING PLANTS Georgia International Convention Center and the Gateway Center Access Areas Conditioned and Planted Spaces: Seasonal blooming plants shall be planted for the Client in specified beds two (2) times per year. Seasonal color beds shall be tilled and prepared with a minimum depth of eighteen (18) inches, and fertilized before initial planting. Price of plants includes first watering, installation, fertilization, maintenance, insect and disease control, and removal upon completion of bloom, as necessary. Any plants that do not survive (or respond to treatment) due to insects, disease, etc. shall be replaced at no cost to the Client. Watering is understood to be the responsibility of the Client AFTER the first watering by the Contractor. EQUIPMENT INVENTORY Contractor shall provide an inventory of new and sufficient quantity of landscaping equipment to be used. Initial capitalization plan with equipment outline and capital expense strategy for term of agreement should be provided in proposal response. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 5

38 INSPECTION It is understood within this agreement that any problems such as disease, insect infestations, or unusual weather conditions, etc. shall be discussed with the Client. A landscape maintenance foreman shall check, with the Client, each day while providing services included in this agreement. This will enable the foreman to discuss work orders and any other concerns either party might have. Monthly inspections will be scheduled with the foreman as deemed necessary by Client. IRRIGATION SYSTEM Georgia International Convention Center and the Gateway Center Access Areas: Contractor to coordinate irrigation schedule with the Client on a regular basis, taking into consideration seasonal demands, watering restrictions and off season deactivation. Contractor shall winterize (de-activate) irrigation system prior to the average first frost date in the Fall of the year. Contractor shall energize the irrigation system after the average last frost date in the Spring of the year. Contractor to advise Client of any and all leaks, cracks, damage to controllers and or heads and any other impairment to the system as soon as the problem is discovered and isolate those failures by turning off that zone of the system. At that point, Contractor will provide a quote for repair of the failure BEFORE repairing. These quotes will be presented to the Client s representatives whom are, the Executive Director, Director of Event Operations and/or the Building Superintendent. SPECIAL PROVISIONS Georgia International Convention Center and the Gateway Center: 1. Fire ants in lawn and shrub bed areas shall be treated as they appear. 2. Vegetation growing in asphalt or concrete cracks shall be treated as it appears. 3. All workers must be dressed appropriately to include wearing of shirts and shoes while on the premises. 4. Slope adjacent to Future Expansion pad shall be mowed as needed not less than 24 times per year. 5. Provide a separate bid proposal for landscape maintenance services excluding expansion area (Exhibit B) due to future planned construction on that parcel. 1. Trash per visit. 2. De-thatching when thatch exceeds ½ - ¾ in depth in warm season grasses (Bermuda, Zoysia). 3. Lime only as needed. 4. Weeding year round. 5. Pine straw twice per year. 6. All clippings, pruned branches, and sucker growth on trees shall be disposed of in specified dumpster or other location approved by Client. EQUIPMENT PLEASE PROVIDE AS PART OF THE PROPOSAL RESPONSE AN INVENTORY OF NEW AND SUFFICIENT QUANTITY OF LANDSCAPING EQUIPMENT TO BE USED AND AN INITIAL CAPITALIZATION PLAN WITH EQUIPMENT OUTLINE AND CAPITAL EXPENSE STRATEGY FOR TERM OF AGREEMENT. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 6

39 JANUARY SEASONAL LANDSCAPE REQUIREMENTS Georgia International Convention Center and the Gateway Center Access Areas 1. Complete Winter pruning evergreen and deciduous plants (non flowering and summer flowering trees and shrubs). 2. Cut liriope. 3. Leaf removal leaves shall be blown from parking areas, right of ways, lawn and shrub beds and disposed of in approved location. 4. Prune Crape Myrtle. 5. Prune Pampas Grass. 6. Lawns mowed, trimming and edging completed as needed. FEBRUARY 1. Complete winter pruning as needed. 2. Weed control with pre-emergent for turf and shrub beds. 3. Weed control with pre-emergent for Bermuda/Zoysia. 4. Weed control with pre-emergent for Fescue. 5. Lawns mowed, trimming and edging completed as needed. MARCH 1. Fertilize shrubs and trees with balanced slow release fertilizer with iron. 2. Weed control with pre-emergent for turf and shrub beds. 3. Prune flowering trees. 4. Irrigation check controller and all heads for any leaks, cracks, or other winter damages. 5. Lawns mowed weekly. 6. Edging and trimming completed every two (2) weeks. APRIL MAY 1. Fertilize Fescue with balanced slow release fertilizer w/pre-m. 2. Fertilize flowerbeds after blooming. 3. Fungicide ornamentals and turf at first indication of disease. 4. Weed control with pre-emergent in shrubs and turf. 5. Plant summer blooming flowers and fertilize with fast acting liquid followed by slow release. 6. Weed control with pre-emergent in shrubs and on Bermuda/Zoysia 30% SCU w/pre-m. 7. Lawns mowed weekly. 8. Edging and trimming completed every two (2) weeks. 1. Fertilize Bermuda w/balanced slow release fertilizer. 2. Prune winter die back on all plants. 3. Weed control in shrub beds and turf with post emergent. 4. Prune and shape spring flowering shrubs and trees. 5. Fertilize shrubs and trees with a balanced slow release fertilizer. 6. Lawns mowed weekly. 7. Edging and trimming completed every two (2) weeks. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 7

40 JUNE JULY 1. Shape pruning of shrubs and trees. 2. Weed control in shrub beds w/post-emergent. 3. Prune Ivy and Euonymus, if needed. 4. Water (turf, shrubs and trees). 5. Sucker growth removed on all trees. 6. Fertilize Bermuda/Zoysia with a balanced time release fertilizer. 7. Lawns mowed weekly. 8. Edging and trimming completed every two (2) weeks. 1. Insect control. 2. Water (turf, shrubs, and trees). 3. Sod replacement (change order item). 4. Crape Myrtle suckers removed. 5. Weed control (post emergent) in shrub beds and turf. 6. Shape pruning of shrubs and trees. 7. Lawns mowed weekly. 8. Edging and trimming completed every two (2) weeks. AUGUST 1. Crape Myrtle suckers removed. 2. Crape Myrtle mildew treated. 3. Lawns mowed weekly. 4. Edging and trimming completed every two (2) weeks. 5. Fertilize flower beds (last application of fertilizer). SEPTEMBER 1. Weed control in shrub beds and turf with post-emergent. 2. Plant fall blooming seasonal color. 3. Pansy preparation. 4. Aerate and overseed Fescue fertilize with a balanced slow release fertilezer, and lime as needed, (in September or October). 5. Shape pruning of shrubs and trees. 6. Lawns mowed weekly. 7. Edging and trimming completed every two (2) weeks. OCTOBER 1. Flower beds seasonal planting installed, fertilize with quick acting liquid and follow with long lasting granular. 2. Lime turf grass as needed. 3. Fescue mowing 4. Leaf removal-leaves shall be blown from parking areas, right of ways, lawn, and shrub beds and disposed of in approved location. 5. Shape pruning of shrubs and trees. 6. Lawns mowed weekly. 7. Edging and trimming completed every two (2) weeks. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 8

41 NOVEMBER 1. Fescue mowing. 2. Leaf blowing and removal-blown from parking areas, right of ways, lawn and shrub beds and disposed of in approved location. 3. Pine straw only after complete leaf removal (may run into December if leaves still on trees). 4. Lawns mowed weekly. 5. Edging and trimming completed every two (2) weeks. DECEMBER 1. Complete leaf removal blown from parking areas, right of ways, lawn, and shrub beds and disposed of in approved location. 2. Fertilize fescue with balanced slow release fertilizer. 3. Lawns mowed, trimming and edging completed as needed. REFERENCES Vendor must provide five (5) references of customers with successful implementation of similar size and scope of work performed within the past five (5) years. Please include customer name, address, contact, and phone number. If sub-contractors or business partners will be used in conjunction with this project, please provide references as stipulated above. References should be included in submitted proposal response. PLEASE USE COLLEGE PARK RFP DOCUMENT FORMS INCLUDED HEREIN ONLY. LICENSE AND PERMITS It shall be the responsibility of the successful bidder to obtain all licenses and permits, IF REQUIRED, to perform this service at no additional cost to the Georgia International Convention Center and/or City of College Park. INVOICING TERMS All invoices are to be mailed on the 15 th of the month to the Georgia International Convention Center, 2000 Convention Center Concourse, College Park, GA Separate invoices will be submitted. Upon receipt, invoices will be reviewed with any discrepancies noted and processed for payment by the Georgia International Convention Center and the City of College Park with payment following within 21 days of receipt of invoice. TERMS OF CONTRACT The term of awarded contract will be one (1) year from commencement and reviewed appropriately for renewal. Should the Contractor at any time violate or fail to perform any of the landscaping requirements stipulated in the service contract, the Georgia International Convention Center and or City of College RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 9

42 Park may notify Contractor in writing via certified mail outlining the violations or failure to perform and terminate said service contract after a 30 day notice period. If the Contractor at any time feels the Georgia International Convention Center and or City of College Park has violated or failed to perform any of their responsibilities the Contractor may terminate their service with the Georgia International Convention Center and or City of College Park via certified mail outlining the violations or failure to perform and terminate said service contract after a 30 day notice period. AWARD OF CONTRACT The low monetary proposal will NOT in all cases be awarded the contract or purchase order. The contract or purchase order will be awarded by the Georgia International Convention Center and City of College Park to the best responsible bidder whose proposal represents the most advantageous proposal; price and other factors considered. The Georgia International Convention Center and City of College Park reserves the right to reject any and all proposals and to waive formalities and technicalities. TIME OF START The City Manager and the Georgia International Convention Center Executive Director upon approval by the College Park Mayor and City Council will derive the starting date of work. TO ALL BIDDERS The undersigned declares that he/she has carefully examined the attached information and is thoroughly familiar with its provisions and with the quality, type and grade of work requested. Invoicing Terms Invoices for GICC Landscape Maintenance Services are to be mailed on the 15 th of the month to the City of College Park / GICC, Attention: Mercedes Miller / Jane Cox, PO Box 87137, College Park, GA Separate invoices will be submitted. Upon receipt, invoices will be reviewed with any discrepancies noted and processed for payment by the GICC and the City of College Park with payment following within 21 days of receipt of invoice. REMAINDER OF PAGE LEFT BLANK. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 10

43 Project Costs for GICC Landscape Maintenance Services Please provide in detail all proposed costs associated with this project. MONTHLY LANDSCAPING MAINTENANCE COST: $ MONTHLY LANDSCAPING MAINTENANCE COST W/ OVERSEEEDING: $ MONTHLY LANDSCAPING MAINTENANCE COST, EXCLUDING EXPANSION AREA, Exhibit B: $ Quotes must remain valid for ninety (90) calendar days after the quote date. RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 11

44 Form of Proposal for GICC Landscape Maintenance Services To: The City of College Park College Park, Georgia The undersigned declares that he/she has carefully examined the attached information and is thoroughly familiar with its provisions and with the quality, type and grade of work requested. Company Name Address City, State and Zip Phone Facsimile Website PROPOSAL SUBMITTED BY: Signature Print/Type Name Title Date RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 12

45 EXHIBIT A GICC GATEWAY CENTER (CROSSED OUT AREAS NOT INCLUDED IN PROPOSAL) RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 13

46 EXHIBIT B GICC EXPANSION PAD (AREA MARKED WITH GREEN X NOT INCLUDED) SLOPES ADJACENT TO THIS AREA ARE INCLUDED END OF SECTION 2: GICC LANDSCAPE PROJECT: (2) GEORGIA INTERNATIONAL CONVENTION CENTER (GICC) and the GATEWAY CENTER maintained access areas located at 2000 CONVENTION CENTER CONCOURSE, COLLEGE PARK, GA RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 14

47 REQUEST FOR PROPOSAL For LANDSCAPE MAINTENANCE SERVICES CITY OF COLLEGE PARK DEPARTMENT OF PUBLIC WORKS DETENTION POND GRASS MAINTENANCE SERVICES CITY-WIDE (Third section of RFP document) RFP CITY/GICC/PUBLIC WORKS LANDSCAPE PROJECTS Page 1

RFP - PW FDR. ADVERTISEMENT for FUEL DISPENSER REPLACEMENTS

RFP - PW FDR. ADVERTISEMENT for FUEL DISPENSER REPLACEMENTS RFP - PW - 033116 - FDR ADVERTISEMENT for FUEL DISPENSER REPLACEMENTS The City of College Park is accepting Sealed Proposals from qualified vendors for FUEL DISPENSER REPLACEMENTS (both gas and diesel)

More information

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SIDEWALK INSTALLATION

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SIDEWALK INSTALLATION REQUEST FOR SEALED PROPOSAL ADVERTISEMENT for SIDEWALK INSTALLATION RFP SIDEWALK INSTALLATION - 091118 The City of College Park is accepting sealed proposals from qualified vendors for SIDEWALK INSTALLATION.

More information

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION REQUEST FOR SEALED PROPOSAL ADVERTISEMENT for STREET CONSTRUCTION SERVICES RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION - 100918 The City of College Park is accepting sealed proposals from qualified

More information

RFP #WS NEWSMI IMPROVEMENTS

RFP #WS NEWSMI IMPROVEMENTS RFP #WS-100411-NEWSMI ADVERTISEMENT for NORTHEAST WATER/SEWER MAIN IMPROVEMENTS The City of College Park is accepting Sealed Bids from qualified vendors for Northeast Water / Sewer Main Improvements. Sealed

More information

RFP - GICC LIGHTING RETROFIT. LIGHTING RETROFIT - PHASE ONE at the GEORGIA INTERNATIONAL CONVENTION CENTER

RFP - GICC LIGHTING RETROFIT. LIGHTING RETROFIT - PHASE ONE at the GEORGIA INTERNATIONAL CONVENTION CENTER RFP - GICC 041516 - LIGHTING RETROFIT LIGHTING RETROFIT - PHASE ONE at the GEORGIA INTERNATIONAL CONVENTION CENTER The City of College Park is accepting Sealed Proposals from qualified vendors for LIGHTING

More information

RFQC GICC A & E. ADVERTISEMENT for ARCHITECTURAL & ENGINEERING SERVICES at the GEORGIA INTERNATIONAL CONVENTION CENTER

RFQC GICC A & E. ADVERTISEMENT for ARCHITECTURAL & ENGINEERING SERVICES at the GEORGIA INTERNATIONAL CONVENTION CENTER RFQC GICC 083116 A & E ADVERTISEMENT for ARCHITECTURAL & ENGINEERING SERVICES at the GEORGIA INTERNATIONAL CONVENTION CENTER The City of College Park is accepting Sealed Qualifications from contractors

More information

RFP GICC SLLR. ADVERTISEMENT for SAIL LIGHTING LED RETROFIT PROJECT. At the GEORGIA INTERNATIONAL CONVENTION CENTER

RFP GICC SLLR. ADVERTISEMENT for SAIL LIGHTING LED RETROFIT PROJECT. At the GEORGIA INTERNATIONAL CONVENTION CENTER RFP GICC - 022015 SLLR ADVERTISEMENT for SAIL LIGHTING LED RETROFIT PROJECT At the GEORGIA INTERNATIONAL CONVENTION CENTER The City of College Park is accepting Sealed Proposals for qualified contractors

More information

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS 201 North Forest Avenue Independence, Missouri 64050 (816) 521-5300 [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS Sealed proposals will be received by the Independence School District

More information

RFP PIO LED SIGNAGE. ADVERTISEMENT for DIGITAL LED SIGNAGE. for the

RFP PIO LED SIGNAGE. ADVERTISEMENT for DIGITAL LED SIGNAGE. for the RFP PIO - 080515 LED SIGNAGE ADVERTISEMENT for DIGITAL LED SIGNAGE for the CITY OF COLLEGE PARK CITY HALL The City of College Park is accepting Sealed Proposals from qualified vendors to provide options

More information

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail. April 26, 2018 Subject: RFP2M18-06: Request for Proposal Construction Management and Inspection Services for the Sewer Plant #7 Replacement Project. The City of Alhambra is requesting proposals from experienced,

More information

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

Georgia Lottery Corporation (GLC) PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal) NOTE: PLEASE ENSURE THAT ALL REQUIRED SIGNATURE BLOCKS ARE COMPLETED. FAILURE TO SIGN THIS FORM AND INCLUDE IT WITH YOUR PROPOSAL WILL CAUSE REJECTION OF YOUR PROPOSAL. Georgia Lottery Corporation ("GLC")

More information

Be sure to fill out the forms listed below and submit with the sealed bid.

Be sure to fill out the forms listed below and submit with the sealed bid. REQUEST FOR PROPOSAL (RFP) Item(s) up for Bid: Landscape Maintenance Duties Ripken Pigeon Forge LLC, ( RPF ) dba The Ripken Experience Pigeon Forge, 405 Jake Thomas Road Pigeon Forge, TN 37863, will accept

More information

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414 SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414 PROPOSALS ARE DUE ON APRIL 27, 2018 BY 12:00 PM EST

More information

Request for Proposals

Request for Proposals Request for Proposals Windows Ultrabook Laptops Public Notice West Platte R-II School District is currently seeking bids for Windows Ultrabook Laptops as described in the RFP on the West Platte R-II School

More information

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP DALTON PUBLIC SCHOOLS PURCHASING DEPARTMENT REQUEST FOR PROPOSAL FOR RFP FY18 Drivers Education RFP RFP NUMBER (FY18 Drivers Education) ISSUED February 5th, 2018 Request for Proposal To: All Proposers

More information

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1 City of Hinesville 115 East ML King Jr Drive Hinesville, GA 31313 Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1 Closing Date: December 20,

More information

Agency of Record for Marketing and Advertising

Agency of Record for Marketing and Advertising PRE-PROPOSAL CONFERENCE NOTICE PRE-PROPOSAL CONFERENCE For a AGENCY OF RECORD MARKETING & ADVERTISING WILL BE HELD AT 10:00 AM, THURSDAY, AUGUST 27, 2015 IN DWSP CONFERENCE ROOM, 305 W. FOURTH STREET,

More information

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018 Request for Proposal Internet Access Houston County Public Library System Erate Funding Year July 1, 2017 through June 30, 2018 REQUEST FOR PROPOSAL Internet Access Houston County Public Library System

More information

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan Request for Proposal For Consulting Services For a Fiber-to-the-Home Network In Lyndon Township Proposals may be mailed or delivered

More information

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services Date: June 15, 2017 REQUEST FOR PROPOSALS For: As needed Plan Check and Building Inspection Services Submit Responses to: Building and Planning Department 1600 Floribunda Avenue Hillsborough, California

More information

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting REQUEST FOR PROPOSAL FOR Web Hosting Anniston City Schools FRP Number FY2012 Web Hosting Anniston City School District 4804 McClellan Blvd Anniston, Al 36206 www.annistonschools.com Objective The Anniston

More information

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date: Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date: NORWALK PUBLIC SCHOOLS Central Office 125 East Avenue Norwalk, Connecticut 06852-6001 Replacement of Public

More information

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3 SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3 BIBB COUNTY SCHOOL DISTRICT 484 Mulberry Street Macon, Georgia 31201 July 18, 2014 TIMELINE RFP

More information

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS 1. INTRODUCTION - Van Dyke Public Schools is requesting proposals for the purchase of a CNC Lathe Machine to be used in our Career & Technical

More information

Automatic License Plate Recognition System for the Police Department

Automatic License Plate Recognition System for the Police Department City of Dublin Purchasing Department RFP #13 001 Issue Date: May 3, 2013 Automatic License Plate Recognition System for the Police Department Proposals due May 28, 2013 @ 2:00 P.M. EST City of Dublin License

More information

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving BID # 1217-2 Hunters Point Community Library Date: December 20, 2017 Invitation for Bid: Furniture & Shelving Bids must be submitted by: January 17, 2018 2:00 P.M., to: Purchasing Department Queens Borough

More information

Multi-Purpose Paper Bid No. PR10-B14

Multi-Purpose Paper Bid No. PR10-B14 May 21, 2009 ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT #513 Bid # PR10-B14 Purchasing Department 815 North Orlando Smith Road Sealed bids are invited for MULTI-PURPOSE PAPER pursuant to specifications.

More information

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR DATE RFP RELEASED June 13, 2013 1 PURPOSE OF THIS REQUEST FOR PROPOSAL (RFP) The

More information

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on March 21, 2018.

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on March 21, 2018. REQUEST FOR PROPOSAL Proposals are now being accepted in the Office of the City Manager, 745 Forest Parkway, Forest Park, Georgia 30297 for: To Audit: Recruitment, Hiring, Promotions, Disciplinary, and

More information

City of Malibu Request for Proposal

City of Malibu Request for Proposal Request for Proposal North Santa Monica Bay Coastal Watersheds Monitoring Services Date Issued: April 26, 2016 Date Due: May 17, 2016, 4:00 P.M. The Qualifications Proposal and Cost Proposal must be submitted

More information

Clovis Unified School District. REQUEST FOR PROPOSALS ( RFP ) RFP 2720 Billing Services, Medi-Cal LEA Billing Option Program

Clovis Unified School District. REQUEST FOR PROPOSALS ( RFP ) RFP 2720 Billing Services, Medi-Cal LEA Billing Option Program Clovis Unified School District REQUEST FOR PROPOSALS ( RFP ) RFP 2720 Billing Services, Medi-Cal LEA Billing Option Program RFP Response Deadline: 11:00 AM PDT on April 13, 2018 Contact Person: Leeann

More information

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Attention: Purchasing Agent Address: City School District of Albany 1 Academy

More information

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS to provide INVESTMENT MANAGEMENT SERVICES for BLUE GRASS AIRPORT DATED: March 5, 2017 TABLE OF CONTENTS 1. NOTICE AND REQUEST FOR PROPOSALS...

More information

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services RESPONSE DUE by 5:00 p.m. on April 24, 2018 For complete information regarding this project, see RFP posted at ebce.org

More information

REQUEST FOR PROPOSAL: RFP No Asphalt Repair Services

REQUEST FOR PROPOSAL: RFP No Asphalt Repair Services REQUEST FOR PROPOSAL: RFP No. 2016-02 Asphalt Repair Services MAAC is soliciting competitive sealed proposals from licensed contractors to provide Asphalt Repair services, complying with all terms and

More information

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

PROPOSAL INSTRUCTIONS AND REQUIREMENTS PROPOSAL INSTRUCTIONS AND REQUIREMENTS A Proposal is requested by the Dallas/Fort Worth International Airport Board (herein called Board). The Board will receive separate sealed Proposals until the deadline

More information

LEGAL NOTICE Request for Proposal for Services

LEGAL NOTICE Request for Proposal for Services LEGAL NOTICE Request for Proposal for Services The Town of South Windsor, Connecticut, is seeking proposals for consultation services for the survey of historic buildings in Town. The project is funded

More information

Copiers. Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701

Copiers. Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 Copiers Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org Copiers 1 Table of Contents 1.0 Overview... 3 1.2

More information

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse Request for Proposal Tree Trimming Services 2018 June 4, 2018 Procurement Contact Linda Lapeyrouse citymanager@skyvalleyga.com 1. CITY OF SKY VALLEY OVERVIEW The City of Sky Valley s intent is to establish

More information

TOWNSHIP OF LAKE OF BAYS R.F.P REQUEST FOR PROPOSAL

TOWNSHIP OF LAKE OF BAYS R.F.P REQUEST FOR PROPOSAL TOWNSHIP OF LAKE OF BAYS R.F.P. 2014-12 REQUEST FOR PROPOSAL Consulting Services for Engineering/Environmental Implications/Assessment and Feasibility Study for an Extension to the Dwight Dock Sealed proposals,

More information

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet A) Deadline for Submittal Proposal Due Date: On or before 4:00 p.m. on Tuesday, December 6, 2011. Interested applicants

More information

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) BASEBALL FIELD LIGHTING NOTICE TO BIDDERS

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) BASEBALL FIELD LIGHTING NOTICE TO BIDDERS CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) BASEBALL FIELD LIGHTING NOTICE TO BIDDERS NOTICE is hereby given that the City of Port Aransas, Texas, is soliciting proposals for providing and installing

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF SANTA ANA REQUEST FOR PROPOSALS RELOCATION OF TWO RESIDENTIAL STRUCTURES PROPOSALS DUE: Monday, May 9, 2011 at 11:00 AM 1. INTRODUCTION REQUEST FOR PROPOSALS

More information

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division DOING BUSINESS WITH THE Orange County Board of County Commissioners Orange County Procurement Division TABLE OF CONTENTS Preface... 1 How Can I Receive Copies Of Solicitations?... 2 Bidder s List... 2

More information

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services RESPONSES ARE DUE BY 5:00 PM December 12, 2014 MAIL OR DELIVER RESPONSES TO: ATT: Robert Smith, Town Manager 614 Main St. Windermere,

More information

ADDENDUM No. 1 REQUEST FOR PROPOSALS: AGENCY OF RECORD FOR MARKETING & ADVERTISING. DATE: September 3, 2015

ADDENDUM No. 1 REQUEST FOR PROPOSALS: AGENCY OF RECORD FOR MARKETING & ADVERTISING. DATE: September 3, 2015 ADDENDUM No. 1 REQUEST FOR PROPOSALS: AGENCY OF RECORD FOR MARKETING & ADVERTISING DATE: September 3, 2015 Proposals Will Be Received Until 5:00 PM, Tuesday, September 8, 2015 To All Potential Respondents:

More information

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016 PROCUREMENT AND PROPERTY SERVICES P. O. Box 13030 NACOGDOCHES, TX 75962 REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016 PROPOSAL MUST BE RECEIVED BEFORE: 5:00PM, TUESDAY, FEBRUARY 2, 2016 MAIL PROPOSAL TO:

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSALS RFP 2017-04 WEBSITE DEVELOPMENT AND REDESIGN DATE ISSUED: September 29, 2017 TYPE OF PROJECT: CONTACT

More information

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) August 30, 2016 PROJECT Annual Professional Auditing Services for Three Year Term PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century,

More information

Redevelopment Authority of Allegheny County

Redevelopment Authority of Allegheny County Request for Proposals (RFP) Architectural and Engineering Services Block and Lot No. 233-A-119 Block and Lot No. 233-A-122 Block and Lot No. 233-A-125 Block and Lot No. 233-A-126 Block and Lot No. 233-A-128

More information

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019 WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/18-05 For: July 1, 2018 to June 30, 2019 DUE DATE OF PROPOSAL: MONDAY, APRIL 23, 2018-8:00 AM DROPPING OFF PROPOSAL:

More information

City of Mount Rainier

City of Mount Rainier Department of Public Works 3715 Wells Avenue, Mount Rainier, MD 20712 Telephone: (301) 985-6583: Fax (301) 779-4485 Street Improvement and Neighborhood Revitalization Project CDBG PY42 Invitation to Bid

More information

City of Gainesville State of Georgia

City of Gainesville State of Georgia City of Gainesville State of Georgia Request for Proposals RFP No. 18037 Downtown Public Wireless Network Project Proposal Release: May 24, 2018 Pre-Proposal Meeting: June 8, 2018 at 2:30 p.m. EST Proposal

More information

LIVONIA PUBLIC SCHOOLS FARMINGTON ROAD LIVONIA, MI (734)

LIVONIA PUBLIC SCHOOLS FARMINGTON ROAD LIVONIA, MI (734) LIVONIA PUBLIC SCHOOLS 15125 FARMINGTON ROAD LIVONIA, MI 48154-5474 (734) 744-2500 The Livonia Public Schools Board of Education, Livonia, Michigan, hereby invites the submission of sealed bids for the

More information

Amalgamation Study Consultant

Amalgamation Study Consultant REQUEST FOR PROPOSAL RFP 2016 07 December 20, 2016 Amalgamation Study Consultant c/o City of Duncan, Administration Attention: Talitha Soldera, Director of Finance City of Duncan, 200 Craig Street, Duncan,

More information

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services INVITATION FOR BID Notice to Prospective Bidders Date Stamp Equipment Preventative Maintenance and Repair Services June 1, 2011 You are invited to review and respond to this Invitation for Bid (IFB), entitled

More information

Carey Park Playground Equipment. Submission Deadline July 13, :00 a.m. (CST)

Carey Park Playground Equipment. Submission Deadline July 13, :00 a.m. (CST) RFQ: 15-141 CITY OF HUTCHINSON, KANSAS REQUEST FOR QUALIFICATIONS City of Hutchinson Project Manager: Justin Combs, Director of Parks and Facilities 1500 S Plum Hutchinson, KS 67504 620-694-1912 Justin.combs@hutchgov.com

More information

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR LANE COUNTY, OREGON REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR 2016 2018 LANE COUNTY FAIR PART A: GENERAL REQUIREMENTS A1 INVITATION AND OVERVIEW A1.1 Invitation. Lane County Fair Board invites proposals

More information

Architectural Services

Architectural Services Architectural Services 2015 Capital Improvement Program Request for Proposal Number: 16-30 Title of the Project: Replacement of Northeast High & Appling Middle School Operations Center - Procurement Office

More information

Arizona Department of Education

Arizona Department of Education State of Arizona Department of Education Request For Grant Application (RFGA) RFGA Number: ED07-0028 RFGA Due Date / Time: Submittal Location: Description of Procurement: February 9, 2007, at 3:00 P.M.

More information

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport Dear Proposer: The Savannah Airport Commission is requesting proposals for

More information

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017 Request for Proposals RFP No. 17-01-06 Automated License Plate Reader (ALPR) System Issue Date: January 25, 2017 File #: 03-1220-20/17-01-06/1 Doc #: 2519682.v1 RFP No. 17-01-06 Automated License Plate

More information

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES TOWN OF KILLINGWORTH BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES DATE: February 14, 2018 1 I. INTRODUCTION A. General Information The Town of Killingworth is requesting proposals

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL 1 REQUEST FOR PROPOSAL FOR 3 rd Party Ambulance Billing Services PROPOSAL NO. FY2013/004 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT WA 99040

More information

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL 2011 PREPARED BY THE CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT FINANCE DEPARTMENT Ronnie J. Campbell

More information

REQUEST FOR PROPOSAL DESIGN BUILD PUBLIC WORKS BUILDING. March 2017

REQUEST FOR PROPOSAL DESIGN BUILD PUBLIC WORKS BUILDING. March 2017 REQUEST FOR PROPOSAL DESIGN BUILD PUBLIC WORKS BUILDING The City of Alabaster is currently accepting proposals for Design Build Services for the design and construction of a new public works facility to

More information

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR Scott A. Smith Finance Director sasmith@somersworth.com (603) 692-9504 One Government Way Somersworth, New Hampshire 03878 (603) 692-4262 www.somersworth.com City of Somersworth, New Hampshire OFFICE OF

More information

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202 April 19, 2012 TO: ALL PROSPECTIVE BIDDERS FROM: Re: REQUEST FOR PROPOSAL NO. 12-05 FOR SOLID WASTE FACILITIES Ladies and Gentlemen: Enclosed please find an invitation to bid with a bid form, a sample

More information

TENNESSEE EDUCATION LOTTERY CORPORATION. Invitation to Bid

TENNESSEE EDUCATION LOTTERY CORPORATION. Invitation to Bid A. PURPOSE Umbrellas Page 1 of 7 TENNESSEE EDUCATION LOTTERY CORPORATION The ( TEL ) is soliciting bids for the following services and/or products: Umbrellas B. GENERAL INFORMATION AND SCHEDULE This ITB

More information

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1 Town of Taos Request for Proposal (RFP) PLANNING/ENGINEERING SERVICES FOR SITE PLAN, PHASED DEVELOPMENT PLAN AND PRELIMINARY COST ESTIMATES FOR A REGIONAL FIRE AND PUBLIC SAFETY TRAINING FACILITY February

More information

Grant Seeking Grant Writing And Lobbying Services

Grant Seeking Grant Writing And Lobbying Services REQUEST FOR PROPOSALS Grant Seeking Grant Writing And Lobbying Services FOR CITY OF SANGER, CALIFORNIA January 7, 2011 CITY OF SANGER TABLE OF CONTENTS This solicitation package includes the sections and

More information

DALTON PUBLIC SCHOOLS

DALTON PUBLIC SCHOOLS DALTON PUBLIC SCHOOLS TECHNOLOGY DEPARTMENT REQUEST FOR PROPOSAL FOR FY19 HVAC Technology Modifications RFP RFP NUMBER (FY19 HVAC Technology Modifications RFP) ISSUED 04/17/18 Request for Proposal To:

More information

REQUEST FOR PROPOSAL. Certification Form. CONSTRUCTION MANAGEMENT SERVICES RFP Number BS June 24, of 9

REQUEST FOR PROPOSAL. Certification Form. CONSTRUCTION MANAGEMENT SERVICES RFP Number BS June 24, of 9 REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES RFP Number 20160624-1BS June 24, 2016 In accordance with RSMo Chapter 8.675-8.685, the Park Hill School District is accepting proposals from qualified

More information

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT #513 Bid # PR Purchasing Department 815 North Orlando Smith Road Oglesby, Illinois 61348

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT #513 Bid # PR Purchasing Department 815 North Orlando Smith Road Oglesby, Illinois 61348 ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT #513 Bid # PR-09-06 Purchasing Department 815 North Orlando Smith Road Oglesby, Illinois 61348 INSTRUCTIONS TO BIDDERS Two-Year Catalog Sealed bids are invited

More information

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY Police Department CITY OF LA PALMA Released on November 27, 2013 Police Operations Study REQUEST FOR PROPOSAL ( RFP ) 1. BACKGROUND The City of La Palma

More information

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services Department of Forests, Parks & Recreation 1 National Life Drive, Davis 2 Montpelier, VT 05620-3801 www.vtfpr.org Agency of Natural Resources SEALED PROPOSAL REQUEST FOR PROPOSAL Professional Archaelogical

More information

GRADY COUNTY SCHOOLS 122 North Broad St. Cairo, GA REQUEST FOR PROPOSAL FOR WEB HOSTING RFP NO.: WEBH DATE DUE: September 20, 2013

GRADY COUNTY SCHOOLS 122 North Broad St. Cairo, GA REQUEST FOR PROPOSAL FOR WEB HOSTING RFP NO.: WEBH DATE DUE: September 20, 2013 GRADY COUNTY SCHOOLS 122 North Broad St. Cairo, GA 39828 REQUEST FOR PROPOSAL FOR WEB HOSTING RFP NO.: WEBH1415-001 DATE DUE: September 20, 2013 Technical questions about the specifications or this RFP

More information

Poughkeepsie City School District Jane Bolin Administration Building 11 College Avenue Poughkeepsie, NY STAC Services School Year

Poughkeepsie City School District Jane Bolin Administration Building 11 College Avenue Poughkeepsie, NY STAC Services School Year Poughkeepsie City School District Jane Bolin Administration Building 11 College Avenue Poughkeepsie, NY 12603 STAC Services 2018-2019 School Year PROPOSAL DUE DATE: June 29, 2018 @ 2:15 P.M. (EDT) NOTICE

More information

Social Media Management System

Social Media Management System REQUEST FOR PROPOSAL No. DC177387P Social Media Management System PROPOSAL DUE DATE AND TIME August 25, 2015 (2:00 AM, PT) SUBMITTAL LOCATION Oregon State University Procurement, Contracts and Materials

More information

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016 ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS RELEASED January 19, 2016 PROPOSALS DUE February 2, 2016 ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS

More information

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION COUNTY OF LYCOMING PURCHASING DEPARTMENT Mya Toon, Lycoming County Chief Procurement Officer, CPPB Lycoming County Executive Plaza 330 Pine Street, Suite 404, Williamsport, PA 17701 Tel: (570) 327-6746

More information

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX The objective of this Request for Proposal is to award a Concession Agreement at Johnston

More information

HEBER LIGHT & POWER COMPANY OPERATIONS DEPARTMENT REQUEST FOR PROPOSAL (RFP) Pole Testing and Pole Inventory

HEBER LIGHT & POWER COMPANY OPERATIONS DEPARTMENT REQUEST FOR PROPOSAL (RFP) Pole Testing and Pole Inventory HEBER LIGHT & POWER COMPANY OPERATIONS DEPARTMENT REQUEST FOR PROPOSAL (RFP) 2015-007 Pole Testing and Pole Inventory Submit proposals to: Heber Light & Power, Company Attn: Harold Wilson 31 South 100

More information

Request for Proposals (RFP) for Professional Design and Engineering Services

Request for Proposals (RFP) for Professional Design and Engineering Services Maine State Housing Authority Request for Proposals (RFP) for Professional Design and Engineering Services SCHEDULE Issued: Wednesday, January 10, 2018 On-Site Building Tour: Wednesday, January 24, 2018,

More information

Center City Commission 114 N. Main St. Memphis, TN Clean and Green Program Request for Proposals

Center City Commission 114 N. Main St. Memphis, TN Clean and Green Program Request for Proposals Center City Commission 114 N. Main St. Memphis, TN 38103 Clean and Green Program Request for Proposals Issue Date: Monday, March 29, 2010 Responses Due: Monday, April 19, 2010 at 2:00 p.m. I. INTRODUCTION

More information

REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA. CLOSING DATE: September 19, :00 p.m.

REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA. CLOSING DATE: September 19, :00 p.m. City of Dade City Potable Water, Reclaimed & Wastewater Systems RFQ for Professional Services REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA CLOSING

More information

Wayne County Community College District District Office Building 801 W. Fort Street Fourth Floor Purchasing Conference Room Detroit, MI 48226

Wayne County Community College District District Office Building 801 W. Fort Street Fourth Floor Purchasing Conference Room Detroit, MI 48226 March 8, 2017 Attention Construction Contractors: Wayne County Community College District is hosting a Pre-Bid Conference on Wednesday, March 15, 2017 at 10:30 a.m. The District is inviting your company

More information

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES Generator Sizing and Installation Proposal Due Date: June 26, 2017 Proposal Due Time: 2:00 P.M. Released May 23, 2017 Table of Contents

More information

TABLE OF CONTENTS. SECTION Proposals Requested... 5

TABLE OF CONTENTS. SECTION Proposals Requested... 5 TABLE OF CONTENTS REQUEST FOR PROPOSALS INTERIOR LANDSCAPING SERVICES Page SECTION 1.00 - Proposals Requested... 5 SECTION 2.00 General Information... 5 2.01 Definitions... 5 2.02 Introduction and Background...

More information

Design Build Services Lake Shawnee Junior Pond Improvements

Design Build Services Lake Shawnee Junior Pond Improvements SHAWNEE COUNTY PARKS AND RECREATION REQUEST FOR PROPOSALS Design Build Services Lake Shawnee Junior Pond Improvements Proposal # 023-17 Lake Shawnee Shawnee County Topeka, KS. April 2017 1 PROPOSAL # 023-17

More information

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016 RFP #0516-3 Request for Proposal Grant Writing Services Date: May 11, 2016 Proposals must be submitted by 3:00 PM: June 10, 2016 Purchasing Department Queens Borough Public Library 89-11 Merrick Boulevard

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Request for Proposal for Prosecutors Office Case Management Software ISSUED BY: Jefferson County Prosecuting Attorney P.O. Box 729 120 S. George Street Charles Town, WV 25414 Date

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 Qualification (RFQ) Number: RFQ 2017-01 Architect for the Plaza at Centennial Hill - Phase III DATE OF ISSUANCE:

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. 12011 Replacement of Traffic Signal Cabinets on the City Square Proposal Release: July 13, 2011 Proposal Questions Deadline: Proposal Due Date: July 22,

More information

SECOND REQUEST FOR PROPOSALS. for

SECOND REQUEST FOR PROPOSALS. for SECOND REQUEST FOR PROPOSALS for PROFESSIONAL GOLF COURSE ARCHITECTURAL / ARCHITECTURAL / ENGINEERING / SURVEYING / LANDSCAPE ARCHITECTURAL AND CONSULTING SERVICES for REDESIGN AND REBUILDING OF 27-HOLE

More information

September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS )

September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS ) September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO. 145920 FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS ) This document contains: I. Revisions to the Specification II. Questions and Answers

More information

All proposals must be received by August 30, 2016 at 2:00 PM EST

All proposals must be received by August 30, 2016 at 2:00 PM EST July 25, 2016 REQUEST FOR PROPOSAL Northwood School District SAU #44 Strategic Planning for the Northwood School District You are cordially invited to submit a proposal for Strategic Planning for the Northwood

More information

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building PROPOSAL NO. FY2012/008 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT

More information

The SoIN Tourism staff will supply editorial content and direction, as well as photographs to illustrate the content.

The SoIN Tourism staff will supply editorial content and direction, as well as photographs to illustrate the content. Visitor Guide RFP Purpose The Clark-Floyd Counties Convention & Tourism Bureau, doing business as SoIN Tourism, is requesting proposals for its 2018 SoIN Visitor Guide ( Visitor Guide ) for advertising

More information

Request for Proposal. NEXT GENERATION RADIO SYSTEM NEEDS ASSESSMENT AND STRATEGIC PLAN Ref #22715RFP911

Request for Proposal. NEXT GENERATION RADIO SYSTEM NEEDS ASSESSMENT AND STRATEGIC PLAN Ref #22715RFP911 Request for Proposal NEXT GENERATION RADIO SYSTEM NEEDS ASSESSMENT AND STRATEGIC PLAN Ref #22715RFP911 Luzerne County 911 LUZERNE COUNTY, PENNSYLVANIA DUE DATE: 12:00 Noon, March 20 th, 2015 Luzerne County

More information