City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL

Size: px
Start display at page:

Download "City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL"

Transcription

1 City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL RFP Number: RFP Title: REQUEST FOR PROPOSALS (RFP) CONCRETE MAINTENANCE: INSTALLATION AND REPAIRS CONTINUOUS SERVICES FOR 36 MONTHS Submittal Deadline Day: Wednesday Date: April 4, 2018 Time: 2:00 P.M. Location: Property and Procurement Address: 1460A Shetter Ave., Jacksonville Beach, FL ANTICIPATED TIME LINE: The anticipated schedule for this RFP is as follows: RFP Issue Date RFP Advertised Deadline to Submit Questions Addendum (if necessary) Issued Submission Deadline RFPs Opened RFPs Evaluated Recommendation to Council 12-March March March March April April April May-2018 Page 1 of 62

2 REQUEST FOR PROPOSALS Sealed proposals in TRIPLICATE, subject to the terms and conditions specified in this Request for Proposals (RFP), will be received until Wednesday, 2:00p.m. April 4, 2018, and then opened publicly by the Property and Procurement Division, 1460A Shetter Avenue, Jacksonville Beach, Florida for furnishing the following: RFP Number: Continuous Services for 36 Months Please submit three (3) completed proposal packages in one sealed envelope clearly marked with the RFP number and title. It is incumbent upon the respondent to ensure that all copies of the RFP package submittal are complete and exact replicas of each other. Packages received without the requested information or quantities may be rejected. Place the sealed envelope within another sealed envelope clearly marked in the same manner as the first envelope. This is done to prevent accidental opening of the sealed proposals by our staff. Submissions received after the posted due date and/or time will not be considered. Modifications received after the due date and/or letters of withdrawal received after the due date or after contract award, whichever is applicable, will not be considered. No verbal interpretations will be made of any proposal documents. Requests for such interpretations shall be made via to at least seven (7) days prior to the proposal opening date. Interpretation will be in the form of an addendum and issued to all respondents. CITY OF JACKSONVILLE BEACH Luis F. Flores Property and Procurement Officer 1460A Shetter Avenue, Jacksonville Beach, FL Page 2 of 62 REQUEST FOR PROPOSALS

3 1.1 INSTRUCTIONS TO RESPONDENTS GENERAL PROVISIONS Specifications that are explicit to this particular RFP are at Exhibit A, which begins on page 26. Respondent must provide the following, completely filled out, appropriately executed, and timely submitted as the minimal proposal package. These required documents start on page 15: Unit Price Proposal Tender Form (5 pages), Forms 2, 3, 4, 5, 6 and 7 (6 pages), and Contractor s Criteria Submittal, (see page 41, Section 9.A. Exhibit A ). The CITY will evaluate submittals based on the criteria set forth in this package. Fees may be requested as part of the package. However, if fees are requested, the CITY reserves the right, at its sole discretion, to exclude the fees from the evaluation process. The evaluation process will consider all other requested criteria to determine which firm is the most highly qualified to perform the required services. Failure to comply with the requirements of this paragraph may be construed by the CITY as proper grounds for disqualifying any proposal at the CITY s sole discretion. 1.2 TERMS AND CONDITIONS A. General. It is the purpose and intent of this contract to secure the supplies and/or services listed herein for the City of Jacksonville Beach, Jacksonville Beach, Florida, hereinafter called the CITY. B. Time for CITY Acceptance. Unless otherwise specified herein, the submitter will allow sixty (60) days from the last date for the receiving of proposals for acceptance of its submittals by the CITY. C. Effective Contract Term Start Date. The effective contract term start date shall be the date of award by the CITY or date of Notice to Proceed, whichever is later. D. Extension of Contract. If the CITY should advertise for proposals, the contract resulting from this RFP shall automatically be extended month-to-month past its term end date. This will allow the CITY to receive and assess proposals, to award a new contract, and to ensure a smooth, cooperative and seamless transition between contractors; to minimize impact and disruption to customers; and, to maintain safety and health standards. E. Contract Termination. Subject to a thirty (30) day written notice, the CITY reserves the right to terminate the resulting contract for the following causes: 1) The Contractor fails to perform the work in a satisfactory manner as determined by the CITY. Page 3 of 62 GENERAL PROVISIONS

4 2) The Contractor fails to perform the work in a timely manner as determined by the CITY. 3) For convenience. By the CITY, effective upon the receipt of notice by CONTRACTOR. The CITY's performance and obligation to pay under this Agreement is contingent upon annual appropriations. F. Award. 1) The CITY reserves the right to waive informalities, to reject any and all proposals, in whole or in part, and to accept the proposal that in its judgment will best serve the interest of the CITY. 2) The CITY specifically reserves the right to reject any conditional proposal and will normally reject those that make it impossible to determine the true amount of the submittal. Each item must be submitted separately and no attempt shall be made to tie any item or items together. G. Inspection. All supplies and workmanship shall be subject to inspection and test after arrival at destination. In case any articles are found to be defective, or otherwise not in conformity with the specification requirement, the CITY shall have the right to reject such articles. H. Payments. The Contractor shall be paid, upon the submission of an invoice, the prices stipulated herein for articles delivered and accepted. Invoices must show Purchase Order Number. 1.3 ADDITIONAL INFORMATION The information in this RFP package is provided to facilitate proposals. Much effort was made to provide necessary and accurate information, but the CITY is not to be penalized for any lack of completeness. If you require further information regarding this submittal, please contact Luis F. Flores, Property and Procurement Officer, in the Property and Procurement Division via at Purchasing@jaxbchfl.net. 1.4 ADDENDA TO THE RFP If any addenda are issued to this RFP, a good faith attempt will be made to deliver a copy to each of those respondents, who, according to the records of the Property and Procurement Division previously requested a copy of this RFP. However, prior to submitting a proposal, it shall be the responsibility of the respondent to contact the CITY s Property and Procurement Division at Purchasing@jaxbchfl.net to determine if any addenda were issued and if so, to obtain such addenda for attachment to, and consideration with, the RFP. Respondents should either acknowledge receipt of such addendum(s) on their proposal, or attach such addendum(s) to their proposal. Additionally, all documents associated with this RFP are available on the CITY s webpage: USE OF PROPOSAL RESPONSE FORMS All proposals must include the completed Unit Price Proposal Tender Form provided in this Page 4 of 62 GENERAL PROVISIONS

5 package, and all questions must be answered. Proposals will not be accepted where the Unit Price Proposal Tender Form has been retyped or altered by the respondent. Failure to comply may preclude consideration of the proposal. Supplemental information may be attached to the Unit Price Proposal Tender Form. 1.6 DEVIATIONS FROM REQUESTED PLAN The contract terms and conditions stipulated in this RFP are those required by the CITY. Respondents are required to submit their responses, which complies with the request. Any deviations from the request should be clearly noted. 1.7 CONFLICT WITH SPECIMEN CONTRACTS Unless specifically noted to the contrary as a deviation from the RFP, the submission of respondent s specimen contract with a proposal submittal shall not constitute notice of the respondent s intent to deviate from the RFP in a restrictive manner. Unless specifically noted otherwise, the attachment of the respondent s specimen contract shall be deemed to be an offer in at least full compliance with the RFP, and the respondent expressly agrees to reform said contract to the extent inconsistent in a restrictive manner from the RFP. That is, submission of a respondent s contract shall be deemed solely an offer of supplemental terms and conditions not otherwise addressed in the RFP or a broadening of terms and conditions to the benefit of the CITY beyond that required by the RFP. 1.8 ERRORS IN SUBMITTALS Respondents shall fully inform themselves as to the conditions, requirements and specifications before submitting the proposal. Failure to do so will be at the respondent s own risk, and a respondent cannot secure relief on a plea of error. Neither law nor regulations make allowance for errors either of omission or commission on the part of the respondent. 1.9 LEGAL AND REGULATORY COMPLIANCE The respondent must agree to comply with all applicable federal, state and local laws, ordinances, rules and regulations as the same exist and as may be amended from time to time, including, but not limited to the Public Records Law, Chapter 119, Florida Statutes. In accordance with Section , Florida Statutes, the following provisions are included in this contract: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT THE CITY OF JACKSONVILLE BEACH, CITY CLERK S OFFICE: TELEPHONE NUMBER: EXT # 10 ADDRESS: CITYCLERK@JAXBCHFL.NET MAILING ADDRESS: 11 NORTH THIRD STREET JACKSONVILLE BEACH, Page 5 of 62 GENERAL PROVISIONS

6 FL CANCELLATION/NON-RENEWAL/ADVERSE CHANGE/RATE INCREASE NOTICE The CITY should be given at least 90 days notice of cancellation, non-renewal, adverse change or increase in rates. (If applicable) 1.11 WAIVER/REJECTION OF PROPOSALS The CITY reserves the right to waive formalities or informalities in proposals and to reject any or all proposals or portions of proposals, or to accept any proposals or portions of proposals deemed to be in the best interest(s) of the CITY or to negotiate or not negotiate with the respondent AUTHORIZED OFFER The person submitting the proposal should indicate the extent of authorization by the Company to make a valid offer in the proposal summary that may be accepted by the CITY to form a valid and binding contract. If the person submitting the proposal is not authorized to submit a proposal that can be bound by CITY acceptance, such a person should also obtain the signature of an authorized representative of the insurer, that may result in a bound contract upon the CITY s acceptance EVALUATION OF PROPOSALS The CITY will evaluate each proposal based on all the criteria set forth in the RFP. Fees may be requested as part of the proposal package. However, if fees are requested, the CITY reserves the right at its sole discretion to exclude the fees from the evaluation process. The evaluation process will consider all other requested criteria to determine which firm is the most highly qualified to perform the required services USE OF PROPOSAL BY OTHER AGENCIES It is hereby made a part of this RFP that the submission of any proposal response to the advertisement request constitutes a proposal made under the same terms and conditions, for the same contract price, to other government agencies if agreeable by the submitter and the government agency. At the option of the vendor/contractor, the use of the contract resulting from this solicitation may be extended to other governmental agencies including the State of Florida, its agencies, political subdivisions, counties and cities. Each governmental agency allowed by the vendor/contractor to use this contract shall do so independent of any other governmental entity. Each agency shall be responsible for its own purchases and shall be liable only for goods or services ordered, received and accepted. No agency receives any liability by virtue of this RFP and subsequent contract award. Page 6 of 62 GENERAL PROVISIONS

7 1.15 PUBLIC ENTITY CRIMES STATEMENT A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit a proposal on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section , for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list CONFLICT OF INTEREST CERTIFICATE All solicitations once advertised, and until the appropriate authority has approved an award recommendation, are under the Cone of Silence. This limits and requires documentation of communications between potential proposers and/or proposers on City solicitations, the City s professional staff, and the City Council members. Any lobbying by or on behalf of the respondent will result in rejection/disqualification of said proposal. Respondents shall refrain from any contact with City Council members and staff or the Evaluation Committee regarding this proposal. DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, RESPONDENTS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF JACKSONVILLE BEACH PROPERTY AND PROCUREMENT DIVISION IN THE COURSE OF CITY-SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. This provision is not meant to preclude respondents from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential respondents, assure that contract decisions are made in public, and to protect the integrity of the RFP process. Its purpose is to stimulate competition, prevent favoritism and secure the best work and materials at the lowest practicable price, for the best interests and benefit of the taxpayers and property owners. Violation of this provision may result in rejection of the respondent's proposal DISCRIMINATION CLAUSE An entity or affiliate who has been placed on the discriminatory vendor list may not submit on a contract to provide goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not award or perform work as a contractor, supplier, sub-contractor, or consultant under contract with any public entity, and Page 7 of 62 GENERAL PROVISIONS

8 may not transact business with any public entity SAFETY REQUIREMENTS FOR CONTRACTORS PROVIDING SERVICES TO CITY A. The Contractor shall comply with all Federal/State Occupational Safety and Health Act (OSHA) Standards including 29 CFR 1910 and any other rules and regulations applicable to construction and maintenance activities in the State of Florida. The Contractor shall also comply with Chapter 442, Florida Statutes (Toxic Substances in the Workplace) and any county or city or any other agency s rules and regulations regarding safety. B. The Owner s safety personnel or any supervisor or inspector may, but is not required to, order that the work be stopped if a condition of immediate danger is found to exist. Nothing contained herein shall be construed to shift responsibility or risk of loss for injuries or damage sustained as a result of a violation of this Article from the Contractor to the Owner; and the Contractor shall remain solely and exclusively responsible for compliance with all safety requirements and for the safety of all persons and property at the project site. C. The parties hereto expressly agree that the obligation to comply with applicable safety provisions is a material provision of this contract and a duty of the contractor. The Owner reserves the right to require demonstration of compliance with the safety provisions of this contract. The parties agree that such failure is deemed to be a material breach of this agreement; and the Contractor agrees that upon such breach, all work pursuant to the contract shall terminate until demonstration to the Owner that the safety provisions of this agreement have been complied with. In no event shall action or failure to act on the part of the Owner be construed as a duty to enforce the safety provisions of this agreement nor shall it be construed to create liability for the Owner for any act or failure to act in respect to the safety provisions of this agreement INSURANCE REQUIREMENTS A. GENERAL PROVISIONS Hold Harmless: The City shall be held harmless against all claims for bodily injury, disease, death, personal injury, and damage to property or loss of use resulting there from, to the extent caused by the Contractor, unless such claims are a result of the City s sole negligence. Payment on Behalf of the City: The Contractor agrees to pay on behalf of the City, the City s legal defense, for all claims described herein. Such payment on behalf of the City shall be in addition to all other legal remedies available to the City and shall not be considered to be the City s exclusive remedy. Loss Control/Safety: Precaution shall be exercised at all times by the Contractor for the protection of all persons, employees, and property. The Contractor shall comply with all laws, regulations and ordinances related to safety and health, shall make special efforts to detect hazardous conditions, and shall take prompt action where loss control and safety measures should reasonably be expected. Page 8 of 62 GENERAL PROVISIONS

9 B. PROOF OF CARRIAGE OF INSURANCE & NAMING CITY AS ADDITIONAL INSURED The Contractor shall furnish the City with satisfactory proof of carriage of insurance required herein. The Contractor shall name the City of Jacksonville Beach (City) as additional insured on the Contractor s, and any sub-consultant or sub-contractor s Public Liability, Property Damage and Comprehensive Automobile Liability Insurance Policies. The additional insured shall be provided the same coverage as the primary insured for losses arising from work performed by the Contractor or its sub-consultants or sub-contractors. The proof of carriage or a copy of all policies shall be required prior to commencement of any work under this Contract. The CITY may order work to be stopped if conditions exist that present immediate danger to persons or property. The CONTRACTOR acknowledges that such stoppage will not shift responsibility for any damages from the CONTRACTOR to the Organization. C. INSURANCE REQUIREMENTS: Basic Coverages Required: During the term of this contract, the Contractor shall procure and maintain the following-described insurance and/or self-insurance except for coverage s specifically waived by the City. All policies and insurers must be acceptable to the City. These insurance requirements shall not limit the liability of the Contractor. The City does not represent these types of amounts of insurance to be sufficient or adequate to protect the Contractor s interests or liabilities, but are merely minimums. All insurers must carry a current A M Best rating of at least A- Worker's Compensation Coverage is required. The CONTRACTOR and all subcontractors shall purchase and maintain worker's compensation insurance for all workers compensation obligations imposed by state law and employer s liability limits of at least $100, each accident, $100, each employee and $500, policy limit for disease. The CONTRACTOR and all subcontractors shall also purchase any other coverages required by law for the benefit of employees. General Liability Coverage is required for Contractor and all subcontractors. Commercial General Liability in Occurrence Form. Coverage A shall include Bodily Injury and Property Damage coverage for liability claims arising from premises, operations, contractual liability, independent Contractors, products and complete operations and including but not limited to coverage for claims resulting from explosion, collapse, or underground (x,c,u) exposures (if any). Page 9 of 62 GENERAL PROVISIONS

10 Coverage B shall include personal injury and is required. Coverage C, medical payments is not required. Amounts: Bodily Injury: $1,000,000 each occurrence $1,000,000 Aggregate Property Damage: $1,000,000 each occurrence $1,000,000 aggregate Products and Completed Operations are required for Contractor and all subcontractors. Amount: $1,000,000 aggregate Business Auto Liability Coverage is required for Contractor and all subcontractors. Business Auto Liability Coverage is to include bodily injury and property damage arising out of ownership, maintenance or use of any auto, including owned, non-owned and hired automobiles and employee non-ownership use. Amounts: Bodily Injury: $1,000,000 Each Occurrence $1,000,000 Aggregate Property Damage: $1,000,000 Each Occurrence $1,000,000 Aggregate Professional Liability Not Required Pollution Liability Required of Contractor and all subcontractors. The City requires Pollution/Environmental Liability insurance covering cleanup costs including on-site discovery and third party liability, on-site and off-site third party pollution liability coverage, natural resources damage coverage. Limits of Liability: $1,000,000 Each Pollution Event Limit $1,000,000 Aggregate Policy Limit Excess or Umbrella Liability Coverage. Umbrella Liability insurance is preferred, but an Excess Liability equivalent may be allowed. Whichever type of coverage is provided, it shall not be more restrictive than the underlying insurance policy coverages. Limits of Liability: $1,000,000 Each Occurrence $1,000,000 Aggregate Claims Made Coverage No Gap Page 10 of 62 GENERAL PROVISIONS

11 If any of the required professional or pollution liability insurance is provided on a claims made form, such coverage shall extend for a period of not less than 36 months following completion of the contract. In the event of termination of claims made policy, extended coverage may be provided by assurance that extended discovery coverage of at least 36 months will be purchased from the expiring insurer, or by assurance that the succeeding insurer will provide retroactive coverage with an inception date of at least on or before the effective date of this contract. D. CERTIFICIATES OF INSURANCE OF CONTRACTOR AND ALL SUBCONTRACTORS Required insurance shall be documented in Certificates of Insurance which provide that the CITY shall be notified at least 30 days in advance of cancellation, nonrenewal or adverse change. New Certificates of Insurance are to be provided to the CITY at least 15 days prior to coverage renewals. If requested by the CITY, the CONTRACTOR shall furnish complete copies of the CONTRACTOR's insurance policies, forms and endorsements. For Commercial General Liability coverage, the Contractor shall at the option of the City, provide an indication of the amount of claims, payments, or reserves chargeable to the aggregate amount of liability coverage. NOTE: Any sub-contractors approved by the City shall be required to provide proof of insurance identical in amounts as required by the contact to perform related services. All coverages shall name the City as additional insured. Receipt of certificates or other documents of insurance or policies or copies of policies by the City, or by any of its representatives, which indicate less coverage than required will not constitute a waiver of the successful proposer(s) obligation to fulfill the insurance requirements herein PERFORMANCE AND PAYMENT BONDS (see specifications for requirements) N/A A. Simultaneously with his delivery of the executed contract to the CITY, a respondent, to whom a contract has been awarded, must deliver to the CITY executed Performance and Payment Bonds on the prescribed forms each in an amount of one-hundred percent (100%) of the total amount of the accepted Proposal, as security for the faithful performance of the contract and for the payment of all persons performing labor or furnishing materials or equipment in connection therewith. The Performance and Payment Bonds shall have as the surety thereon only such surety company or companies as are authorized to write bonds of such character and amount under the laws of the State of Florida and with a resident agent in the county in which the project is located. The Attorney-in-Fact or other officer who signs the Performance and Payment Bonds for a surety company must file with such bonds a certified copy of his Powerof-Attorney authorizing him to do so. N/A B. The Performance and Payment Bonds shall remain in force for one (1) year from the date of Page 11 of 62 GENERAL PROVISIONS

12 final acceptance of the work as a protection to the CITY against losses resulting from latent defects in materials or improper performance of work under contract, which may appear or be discovered during that period. N/A 1.21 BANKRUPTCY No firm will be issued a contract for the work, where a key representative has filed for bankruptcy personally or has been an officer or principal of a firm, which has filed bankruptcy in the past seven (7) years. Attached is a Non-Bankruptcy Affidavit form. All submitted proposals must include this form executed by the proper representative of the respondent company. (See attached Form 7) NONEXCLUSIVE Notwithstanding the contract resulting from this RFP, the CITY reserves the right to follow its normal purchasing procedures at any time to procure additional services for any of the types of work noted in this RFP. Contractor agrees and understands that the contract shall not be construed as an exclusive arrangement and further agrees that the City may, at any time, secure similar or identical services at its sole option DRUG FREE WORKPLACE COMPLIANCE FORM Attached is a Drug Free Workplace Compliance Form. All submitted proposals must include this form executed by the proper representative of your company. (See attached Form 4.) 1.24 WARRANTY: All warranties express and implied shall be made available to the City for goods and services covered by this solicitation. All goods furnished shall be fully guaranteed by the successful respondent against factory defects and workmanship. At no expense to the City, the successful respondent shall correct any and all apparent and latent defects that may occur within the manufacturer s standard warranty PROTEST: Any respondent who perceives themselves aggrieved in connection with a recommended award may protest to the Property and Procurement Officer. A written notice of intent to file a protest must be filed with the Property and Procurement Officer within three (3) days after receipt by the respondent of the Proposal Award Notice, in accordance with the procedures set forth in Section XII K., City of Jacksonville Beach Purchasing Manual. In the event of a timely protest, the City shall not proceed further with award of the contract and agreement until all administrative remedies are exhausted, or until the City Manager determines the award of the contract is immediately necessary to protect the public health, welfare, or safety FRAUD AND MISREPRESENTATION: Page 12 of 62 GENERAL PROVISIONS

13 Any individual, corporation, or other entity that attempts to meet its contractual obligations with the City through fraud, misrepresentation, or material misstatement, may be debarred for up to five (5) years. The City, as a further sanction, may terminate or cancel any other contracts with such individual, corporation, or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation, including attorney s fees OMISSIONS IN SPECIFICATIONS: The scope of services or description of items contained within this solicitation describes the various functions and classes of work required as necessary for the completion of the project. Any omissions of inherent technical functions or classes of work within the specifications and/or statement of work shall not relieve the respondent from furnishing, installing, or performing such work where required to the satisfactory completion of the project FORCE MAJEURE The City and the successful respondent are excused from the performance of their respective obligations under the contract when and to the extent that their performance is delayed or prevented by any circumstances beyond their control, including fire, flood, explosion, strikes or other labor disputes, natural disasters, public emergency, war, riot, civil commotion, malicious damage, act or omission of any governmental authority, delay or failure or shortage of any type of transportation, equipment, or service from a public utility needed for their performance provided that: a) The non-performing party gives the other party prompt written notice describing the particulars of the force majeure, including, but not limited to, the nature of the occurrence and its expected duration, and continues to furnish timely reports with respect thereto during the period of the force majeure. b) The excuse of performance is of no greater scope and of no longer duration than is required by the force majeure. c) No obligations of either party that arose before the force majeure causing the excuse of performance are excused as a result of the force majeure. d) The non-performing party uses its best efforts to remedy its inability to perform. Notwithstanding the above, performance shall not be excused under this section for a period in excess of two (2) months, provided that in extenuating circumstances, the City may excuse performance for a longer term. Economic hardship of the successful respondent shall not constitute a force majeure. The term of the contract shall be extended by a period equal to that during which either party s performance is suspended under this section RFP AWARD NOTICE FORM: Attached is a RFP Award Notice Form. All submitted proposals are to include this form to be notified of the recommendation of award. (See attached Form 2) INDEMNIFICATION: The firm, without exception, shall indemnify and hold harmless the City of Jacksonville Beach, Page 13 of 62 GENERAL PROVISIONS

14 its officers, agents, and employees from any and all liability of any nature and kind including costs and expenses for, or on account of, any copyrighted materials, patented or unpatented invention processes, or article manufactured or used in relation to this RFP. If the firm uses any design, device, or material covered by letters-of-patent or copyright, it is mutually agreed and understood, without exception, that the fees charged by the firm shall include all royalties or costs arising from the use of such design, device, or material RFP IS NOT A BID: This Request for Proposals is not to be considered a bid. The City will evaluate responses based on the criteria set forth in this RFP. The evaluation process is to consider all requested criteria to determine which firm is the most highly qualified to perform the required services. Page 14 of 62 GENERAL PROVISIONS

15 RFP NUMBER: FORM 1: UNIT PRICE PROPOSAL TENDER FORM (Page 1 of 5) RFP DATE:, 2018 TO: THE CITY OF JACKSONVILLE BEACH, FLORIDA FROM: Submitter is solely responsible for developing / determining / verifying for this contract work all plans / all methods / all quantities / all measurements and all manufacturers requirements / recommendations necessary to provide satisfactory fully completed contract work under the provisions of the RFP, to the City s satisfaction, to include costs for all labor, all equipment, all materials, all rental / leasing / purchasing of equipment and materials, all preparations, all repairs, all safety work, all quality control work, all disposal work, all mobilization and demobilization work, all sub-contractor work, all taxes, all insurance, all bonding if required, all inspection work, all verification work, all warranty work, all permitting at all levels of government, all contractor overhead, all contractor profit, and any / all other contract related work and/or cost / expense that is not listed, and all of which shall be the basis for the respondent s Unit Price Proposal for each Pay Item. Respondent must provide a price on each pay item listed. All entries in the entire proposal must be made clearly in ink. Unit Prices on the Unit Price Proposal Tender Form must be written in figures. Proposals in which the prices obviously are unbalanced may be rejected by the City at its sole discretion. In accordance with the RFP to provide the completed work for Concrete Maintenance: Installation and Repairs Continuous Services for 36 months for the City of Jacksonville Beach, Florida, subject to the Specifications and Addenda, if any, all of which are made a part of the respondent s Proposal, thereof, the undersigned hereby submits the Unit Price Proposal for each of the 27 Pay Items as follows: Pay Item Description U/M Unit Price 1 Removal/Replacement/Disposal of Existing Concrete Sidewalk and Replace with PSI Concrete (4 Thick) with Fiber mesh (per CITY Standard Detail) with Disposal at SF $ an authorized location outside the city limits and not on city property 2 Removal/Disposal of Existing Concrete Handicap Access Ramp/Sidewalk with Disposal at an authorized location outside the city limits and not on city property SF $ 3 Removal/Disposal of Existing (6 Thick) Concrete with Disposal at an authorized location outside the city limits and not on city property SF $ 4 Removal/Replacement/Disposal of Existing Concrete Driveways and/or Sidewalk and Replace with 3000-PSI Concrete (6 Thick) with Fiber mesh (per CITY Standard Detail) with Disposal at an authorized location outside the city limits and not on city property SF $ Page 15 of 62 FORMS

16 FORM 1: UNIT PRICE PROPOSAL TENDER FORM (Page 2 of 5) Pay Item Description U/M Unit Price 5 Removal/Replacement/Disposal of Existing Concrete Curbing (All Types) and Replace with 3000-PSI Concrete with Fiber mesh with Disposal at an authorized LF $ location outside the city limits and not on city property 6 Removal/Disposal of Existing Asphalt Pavement & Base Material in areas, where required, to install new concrete curbing &/or handicap ramps/new sidewalks with SF $ Disposal at an authorized location outside the city limits and not on city property 7 Removal/Disposal of Existing Concrete Curbing (All Types) with Disposal at an authorized location outside the city limits and not on city property LF $ Removal/Disposal of Existing (6 Thick) Concrete with Only Concrete Disposal on City Property SF $ Removal/Replacement/Disposal of Existing Concrete Sidewalk and Replace with 3000-PSI Concrete (4 Thick) with Fiber-mesh (per CITY Standard Detail) with Only Concrete Disposal on City Property Removal/Disposal of Existing Concrete Handicap Access Ramp/Sidewalk with Only Concrete Disposal on City Property Removal/Replacement/Disposal of Existing Concrete Driveways and/or Sidewalk and Replace with 3000-PSI Concrete (6 Thick) with Fiber mesh (per CITY Standard Detail) with Only Concrete Disposal on City Property Removal/Disposal of Existing Concrete Curbing (All Types) with Only Concrete Disposal on City Property Installation of New 3000-PSI Concrete Handicap Access Ramp/ Sidewalk meeting Current FDOT ADA Standards (4 Thick) with Fiber-mesh (per CITY Standard Detail), including installation of Detectable Warnings on Walking Surfaces meeting Current FDOT ADA Standards & (per current FDOT Design Standard Detail) Installation of New 3000-PSI Concrete Sidewalk (4" Thick) with Fiber-mesh (per CITY Standard Detail) Installation of New 3000-PSI Concrete Sidewalk (4" Thick) with Fiber-mesh with 6 turndown along the edge of pavement (per CITY Standard Detail) Installation of New 3000-PSI Concrete Sidewalk (6" Thick) with Fiber-mesh (per CITY Standard Detail) Installation of New 3000-PSI Concrete Standard City Curbing with Fiber-mesh (per CITY Standard Detail) Installation of New 3000-PSI Concrete Miami Curbing with Fiber-mesh (per CITY Standard Detail) Installation of New 3000-PSI Concrete Ribbon Curbing with Fiber-mesh (per CITY Standard Detail) Installation of New 3000-PSI Concrete Header Curbing with Fiber-mesh (per CITY Standard Detail) Installation of New 3000-PSI Concrete Valley Gutter Curbing with Fiber-mesh (per CITY Standard Detail) Installation of New 3000-PSI Concrete Slab (6" Thick) with Fiber-mesh (per CITY Standard Detail) Installation of New 3000-PSI Concrete Slab (8" Thick) with Fiber-mesh (per CITY Standard Detail) Installation of New 3000-PSI Concrete Driveway Apron (6 Thick) with Fiber-mesh (per CITY Standard Detail) Installation of New 3000-PSI Concrete Spillway with Fiber-mesh (per CITY Standard Detail) SF SF SF LF SF SF SF SF LF LF LF LF SF SF SF SF SF $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Page 16 of 62 FORMS

17 FORM 1: UNIT PRICE PROPOSAL TENDER FORM (Page 3 of 5) Pay Item Description U/M Unit Price 26 Regrading/Sod Installation in Areas Not Directly Affected By Concrete Work SF $ 27 Installation of Detectable Warnings on Walking Surfaces, meeting current FDOT ADA Standards (Section 304) & per current FDOT Design Standard Detail SF $ If selected, it is understood that compensation shall be based on service orders and actual measurements of service work accomplished and accepted by the CITY. The City reserves the sole prerogative whether or not to order / contract for any and all Pay Items listed in this proposal, to determine the Quantity to be ordered, and when the work is to be done, all in the best interests of the City. The respondent agrees that this proposal shall be good and may not be withdrawn for a period of 90 days after the opening of proposals. Page 17 of 62 FORMS

18 FORM 1: UNIT PRICE PROPOSAL TENDER FORM (Page 4 of 5) The respondent understands that the CITY reserves the right to: 1) reject all proposals and waive informalities in the proposals, and 2) the CITY may award the RFP to up to three (3) qualified respondents, and 3) the CITY may assign work detail to the selected CONTRACTORS based on each Pay Item or on a combination of Pay Items whichever is in the best interests of the CITY. ADDENDA RECEIPT VERIFICATION Respondent shall acknowledge receipt of all addenda, if any, to the Request for Proposals, by filling in Addenda Numbers and dates below. Addendum #: Dated: Addendum #: Dated: Addendum #: Dated: Addendum #: Dated: PROPOSAL DOCUMENT TURN-IN CHECKLIST The following documents are to be completed, signed and submitted as part of the Proposal Submittal Package in response to this RFP. Failure to provide the listed documents may be cause for the CITY to consider rejection of the submitted proposal. This consideration will be at the sole discretion of the CITY. INITIAL FORM SECTION TITLE Check-Off [ ] 1 UNIT PRICE PROPOSAL TENDER FORM (completed Pages 15 thru 19) [ ] 2 RFP AWARD NOTICE FORM Mandatory Cover Sheet (completed Page 20) [ ] 3 REQUIRED DISCLOSURE FORM (completed Page 21) [ ] 4 DRUG-FREE WORKPLACE COMPLIANCE FORM (completed Page 22) [ ] 5 NONCOLLUSION AFFIDAVIT (completed Page 23) [ ] 6 CONTRACTOR S LIST OF DEDICATED EQUIPMENT FOR THIS CONTRACT (completed page 24) [ ] 7 NON-BANKRUPTCY AFFIDAVIT (completed page 25) [ ] OCCUPATIONAL LICENSE (attach copy of license) [ ] DOCUMENT SHOWING CURRENT OFFICE LOCATION [ ] EXPERIENCE HISTORY DOCUMENTING AT LEAST 3 YEARS CONCRETE WORK [ ] REFERENCE LIST OF AT LEAST 5 REFERENCES [ ] CONTRACTOR(S) CRITERIA SUBMITTAL (see Section 9.A. Exhibit A ) NOTE: Please INITIAL Check-Off of each document / activity / requirement that is attached to the Unit Price Proposal Tender Form and/or is required by the RFP and/or Addenda. By: Signature of Authorized Submitter Title (typed or neatly printed) SUBMITTED BY: Typed/Printed Name of Authorized Submitter DATE: Page 18 of 62 FORMS

19 COMPANY NAME: FORM 1: UNIT PRICE PROPOSAL TENDER FORM (Page 5 of 5) ADDRESS: CITY, STATE & ZIP CODE: TELEPHONE NUMBER: LICENSE NUMBER: (If Corporation, President, Secretary and Treasurer identification) PRESIDENT: SECRETARY: TREASURER: SEAL: (if Proposal is by a Corporation.) Page 19 of 62 FORMS

20 NOTICE: FORM 2 RFP AWARD NOTICE FORM City of Jacksonville Beach 1460A Shetter Avenue, Jacksonville Beach, FL 32250, (904) Mandatory Cover Sheet Items 1 to 6 are to be completed by the Respondent. The Respondent is to submit the form to the CITY along with the Unit Price Proposal Tender Form and other required documents. 1. Company Name: 2. Address Name: 3. City, State and Zip 4. Attention: 5. Phone: Fax: 6. address: PLEASE PRINT CLEARLY ****************************************************************************** ITEMS BELOW TO BE COMPLETED BY THE CITY OF JACKSONVILLE BEACH ****************************************************************************** Proposals were received and evaluated, and the following recommendation will be presented to the City Council for award of RFP No per the attached Proposal Tabulation form(s). A written notice of intent to file a protest must be filed with the Purchasing Administrator within three (3) days after receipt by the respondent or proposer of the RFP Award Notice from the Purchasing Administrator in accordance with the procedures set forth in Section XII K., City of Jacksonville Beach Purchasing Manual. If awarded RFP or combination of Pay Items, please do not proceed with any work prior to receiving an official City of Jacksonville Beach Purchase Order and/or Notice-to-Proceed letter. Thank you for your proposal. Sincerely, CITY OF JACKSONVILLE BEACH Page 20 of 62 FORMS

21 /s/luis F. Flores Property and Procurement Division FORM 3 REQUIRED DISCLOSURE FORM The following disclosure is of all material facts pertaining to any felony conviction or any pending felony charges in the last three (3) years in this State or any other state or the United States against (1) respondent, (2) any business entity related to or affiliated with respondent, or (3) any present or former owner of respondent or of any such related or affiliated entity. This disclosure shall not apply to any person or entity which is only a stockholder, which person or entity owns twenty (20) percent or less of the outstanding shares of a respondent whose stock is publicly owned and traded: Signed: Title: Contractor: Page 21 of 62 FORMS

22 FORM 4 DRUG-FREE WORKPLACE COMPLIANCE FORM IDENTICAL TIE PROPOSALS - Preference shall be given to businesses with drug-free workplace programs. Whenever two or more proposals, which are equal with respect to price, quality and service, are received by the State or by any political subdivision for the procurement of commodities or contractual services, a proposal received from a business that certifies that it has implemented a drugfree workplace program shall be given preference in the award process. Established procedures for processing tie proposals will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee s community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. (Word/Drug Free) Vendor s Signature Page 22 of 62 FORMS

23 FORM 5 NONCOLLUSION AFFIDAVIT, being first duly sworn deposes and says that: 1. He (it) is the, of the respondent that has submitted the attached Proposal; 2. He is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said respondent nor any of its officers, partners, owners, agents, representatives, employee, or parties in interest, including this affidavit, have in any way, colluded, conspired, connived or agreed, directly or indirectly, with any other respondent, firm or person to submit a collusive or sham Proposal in connection with the Contract for which the attached Proposal has been submitted; or to refrain from responding in connection with such Contract; or have in any manner, directly or indirectly, sought by agreement or collusion or communication, or conference with any respondent, firm, or person to fix the price or prices in the attached Proposal or of any other respondent, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price in any other respondent, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Contract; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the respondent or any other of its agents, representatives, owners, employees or parties in interest, including his affidavit. By: Sworn and subscribed to before me this day of, 20, in the State of, County of. Notary Public My Commission Expires: Page 23 of 62 FORMS

24 FORM 6 CONTRACTOR S LIST OF DEDICATED EQUIPMENT FOR THIS CONTRACT Note: Contractor must indicate if each piece of equipment being used during this project is company owned, rented or leased. Failure to provide this information may be considered grounds for disqualification. TYPE OF EQUIPMENT QUANTITY OWNED RENTAL LEASE Page 24 of 62 FORMS

25 FORM 7 NON-BANKRUPTCY AFFIDAVIT STATE OF ) COUNTY OF ) is an officer and member of the firm of, being first duly sworn, deposes and states that; 1. The subsequent certification statement is a true and accurate statement as of the date shown below. 2. The affiant understands that the intentional inclusion of false, deceptive or fraudulent statements on this Non-Bankruptcy Affidavit constitutes fraud; and, that the City of Jacksonville Beach, Florida, considers such action on the part of the affiant to constitute good cause for denial, suspension, revocation, disqualification, or rejection of affiant s participation in RFP #: Certification Statement: This is to certify that the aforementioned firm has not filed for bankruptcy in the past seven (7) years and that no owner/officer or principal of the aforementioned firm has filed for bankruptcy personally in the past seven (7) years or has been an owner/officer or principal of a firm which has filed for bankruptcy in the past seven (7) years. Affiant Signature Sworn to before me this day of, 20 by. (Name of affiant) He/She is personally known to me or has produced as identification. Signature of Notary Notary s Printed Name Expiration of Notary s Commission Affix Seal Here: Page 25 of 62 FORMS

26 1. OBJECTIVE SPECIFICATIONS FOR CONTINUING CONTRACTUAL SERVICES The City of Jacksonville Beach (CITY) is seeking submittal of unit price proposals and qualifications from concrete contractors interested in providing thirty-six (36) months of continuous services, providing everything necessary for: Removal, replacement and/or installation of existing and new concrete sidewalks, handicap ramps, driveways, curbing, spillways, slabs and other similar type work, The CITY may reject all proposals and waive informalities in the proposal The CITY may award the RFP to up to three (3) qualified respondents. The CITY may assign work service orders to the selected CONTRACTORS based on each Pay Item or on a combination of Pay Items, whichever is in the best interests of the CITY. The resulting unit price contract for continuous services for three (3) years may be extended for additional terms, from one (1) year through three (3) years in length each, for a total contract length not to exceed six (6) years. Extension terms are subject to mutual consent of the CITY and the CONTRACTOR. Budget approximately $35,000 annually for sidewalk repairs for the next three (3) years in the of the Public Works Department. Repair and replace existing concrete as necessary using budgeted funds with work requested by various CITY departments. Install new concrete as necessary using budgeted funds with work requested by various CITY departments. 2. SCOPE OF SERVICES A. The CONTRACTOR shall perform the services as detailed in Section 3, GENERAL SPECIFICATIONS, Section 4, SERVICE ORDER ASSIGNMENT, MEASUREMENT & PAYMENT, and Section 5, MISCELLANEOUS INFORMATION & REQUIREMENTS. B. Assignment of Work to CONTRACTOR(s). The CITY reserves the right of sole discretion on assignment of concrete work to the contracted concrete firm(s). The assignment of work will be in the best interests of the CITY and may consider CITY s needs and contractor s responsiveness, cost, contractor unit prices, contractor production schedules to include timeliness of cleanup and restoration, contractor work quality to include cleanup and restoration, and other information from the contractor. Page 26 of 62

27 C. The CONTRACTOR shall furnish all labor, equipment, materials, supervision and means to perform these services. All work shall be of the highest quality, performed in the safest manner, and completed to the satisfaction of the Public Works Department. D. The CONTRACTOR shall repair or restore all structures and/or property that may be damaged or disturbed during the performance of the work at no additional cost to the City. This work shall include the grading, leveling and replacement of all sod and asphalt repair in all disturbed areas, and the proper disposal of all debris. E. The CONTRACTOR shall perform and complete the services in the manner best calculated to promote rapid installation with safety of life and property and to the satisfaction of the CITY and in strict accordance with these invitation to proposal documents. 3. GENERAL SPECIFICIATIONS A. Contract Services will be required on as-needed basis and scheduled thru the of the Public Works Department and/or other departments within the CITY. The work scheduled each year will be based on budget funding approved by the CITY for the individual fiscal year. B. The CONTRACTOR shall be required to perform at least 75% of the actual concrete removal/replacement work required under this contract. The sub-contracting out of work under this contract shall first be approved by the Public Works Department and provide certificates of insurance equal to the amounts provided by the CONTRACTOR, prior to any work being performed. C. Work Includes 1) The CONTRACTOR shall furnish all labor, supervision, equipment, materials, and means for the proper removal and replacement of existing concrete sidewalks, handicap ramps, driveways, curbing, spillways, slabs and ancillary new concrete portions of same or similar type work within the service area of the City of Jacksonville Beach. 2) The CONTRACTOR shall perform and complete the services in the manner best calculated to promote rapid installation with safety of life and property and to the satisfaction of the Director of Public Works, and in strict accordance with the Proposal Documents. 3) The CONTRACTOR shall be responsible for providing all excavation of site locations, grading, installation of additional fill dirt as required, concrete saw-cutting, formwork, expansion joint material, compaction, soil density testing, furnishing of concrete, concrete finishing, sod replacement, asphalt pavement repair and cleanup and hauling away of construction debris during installation and after installation has been completed. At a minimum during construction at a particular construction site, all concrete and soil debris shall be hauled away from the construction site at the end of each work week to an authorized debris location outside of Jacksonville Beach. Page 27 of 62

28 4) Construction Site Ongoing Cleanup. The CONTRACTOR shall haul away all construction debris from the site in a timely manner to an authorized debris location outside the city limits. This requires that construction site(s) be cleaned up in such a manner that it is safe for pedestrians and vehicles on public or private property. The CONTRACTOR is responsible to maintain construction site(s) in a safe condition. Ultimately, the CITY reserves the right to make the final determination if a construction site is in a safe condition and will exercise that right at its sole discretion. This in no way alleviates the CONTRACTOR from his responsibility for construction site safety. The CONTRACTOR will maintain construction site(s) at an appropriate safe standard and correct any unsafe situations immediately at no additional cost. 5) The CONTRACTOR shall be responsible for the repair or restoration of all structures and property that may be damaged or disturbed during performance of the services as part of each individual item and at no additional cost to the City of Jacksonville Beach. 6) Traffic Safety Control. The CONTRACTOR shall provide traffic control and safety signage as appropriate and necessary to maintain a safe worksite and vehicle/pedestrian travel ways and inform vehicle drivers / pedestrians of routes around the construction area as necessary. D. Materials & Application 1) CITY Standard Detail Sheets. CITY Standard Detail sheets are provided and are to be utilized as the standard for implementing each pay item below. The CITY reserves the right at its sole discretion to adjust any and all standard details in general and/or to meet the needs of the CITY on each particular location. The modification shall be at no additional cost as long as quantity of concrete remains the same per square foot. If the quantity of concrete per square foot changes up or down, the unit price per square foot may be adjusted proportionally up or down, subject to mutual agreement. The City reserves the right to issue new, replacement, or revised CITY Standard Detail(s) at any time. 2) Concrete (Replacement and New). All concrete material will be no less than 3000-PSI (with fiber-mesh) design mix. Only ready-mixed concrete will be used on this continuing services contract. Prior to pouring any concrete, a certified copy of the concrete design mix will be provided to the Public Works Department for review and approval. The CONTRACTOR will provide copies of the concrete delivery tickets to the Public Works office at the end of each scheduled workday in which concrete is installed. Concrete slump at the time of placement shall not exceed 4" plus or minus 1". 3) Asphalt Replacement. Any asphalt replacement required due to the installation of replacement or new concrete under this contract shall be considered as part of the pay item. No additional payment will be made for the restoration of asphalt associated with this contract. All new asphalt pavement replaced shall be Type S-3 (hot mix) (1-1/2 Minimum Thickness). CONTRACTOR shall provide a copy of all asphalt batch tickets to the Public Works office on each day that asphalt pavement is being installed. Failure by the CONTRACTOR to provide the batch tickets could result in the disapproval of the Page 28 of 62

29 installation. Cold mix asphalt will not be allowed under this contract. All asphalt replacement shall be installed per the attached CITY Standard Detail sheet. Prior to installing any asphalt pavement or limerock base material, the CONTRACTOR shall contact the Public Works office at and request an inspection by a representative from the Public Works Department. The CONTRACTOR shall be responsible for providing traffic control devices to maintain all work areas in a safe condition for both the safety of the workers and the general public. Failure to provide proper traffic control devices may be grounds for shutting down the work and withholding any future payments of completed work until the situation has been corrected. All corrections will need to be approved by the city staff prior to starting up the installation operation. 4) Positive Drainage. All of the sidewalk/handicap ramp/driveway /curbing//spillway/ slab concrete areas will be installed to ensure that positive drainage in the surrounding area is maintained, enhanced, and improved. 5) Erosion Control. The CONTRACTOR shall be responsible to provide erosion control measures to prevent any sediment from entering stormwater drainage system piping, structures, streets, ditches or private property. If stormwater system piping has to be recleaned due to failure by the CONTRACTOR to provide adequate erosion control measures, the CONTRACTOR will be responsible for all costs related to the cleanup operation. The cost of all erosion control measures will be included as part of each individual pay item and at no additional cost to the CITY. 6) CITY Inspections Prior to Concrete Pours. Prior to pouring any concrete under this contract, the CONTRACTOR will contact the Public Works Department at and request an inspection of the replacement and/or ancillary new concrete work areas. No concrete formwork areas will be poured until approved by a CITY Representative. The CITY reserves the right, at its sole discretion, to reject and withhold payment for any area poured without the required CITY approval until concrete is removed and replaced by the CONTRACTOR to CITY s satisfaction at no additional cost to the CITY. 7) All new and/or replacement concrete sidewalk sections will be a minimum 4" thick. All new and/or replacement concrete sidewalks in driveway areas shall be a minimum 6 thick as directed by a CITY representative. Width of replacement sidewalks will match the existing sidewalks. Forms will be straight and true. All new or replacement concrete driveway aprons will be a minimum 6" thick as per the driveway detail sheet attached. 8) In the damaged/deteriorated sidewalk removal operation, the CONTRACTOR will saw-cut the damaged areas back at the nearest control and/or expansion joint and install new expansion joint material. All expansion joint material will be 1/2" thick by 4" deep. New control joints will be installed at 5' intervals. In new sidewalk or replacement sections longer than 20', expansion joint material will be installed at 20' intervals. The replacement of new concrete shall be installed within five (5) working days after the removal operation. Page 29 of 62

30 9) Compaction. All of the sidewalk/handicap ramp/driveway /curbing//spillway/ slab concrete areas will be compacted prior to pouring concrete, by utilizing a sled plate compactor. Failure to compact installation areas prior to placing concrete will be subject to rejection by the Public Works Department and payment for those rejected areas will be withheld. The cost of all density testing will be included as part of each individual pay item and at no additional cost to the CITY. 10) Disposal of Damaged/Deteriorated/Removed Concrete Sections: All concrete material, dirt, trash and/or debris removed from the damaged/deteriorated/prepared areas will be disposed of by the CONTRACTOR as part of the unit price for performing the installation. No concrete material, dirt, trash and/or debris will be disposed on city property or within the city limits, except by prior written approval by the Public Works Department. 11) Sod Replacement. In all areas of replacement or new concrete installations, the CONTRACTOR shall be responsible for any additional sod replacement required between existing sod and the edge of replacement/new concrete. It will also be the responsibility of the CONTRACTOR to remove and dispose of any excess dirt/trash/debris material generated during the excavation/installation operation. Any additional sod required will be part of the unit price quoted for replacement/new concrete pay items covered under each individual Proposal Item Number on the Unit Price Proposal Tender Form. The cost for all sod replacement will be included in the unit price of each pay item. No additional payment will be made for the restoration of sod associated with this contract. The CONTRACTOR is advised to use due care during the installation phase of work to minimize the amount of existing sod disturbed or required to be replaced. New sod being replaced will be the type of sod that was in-place prior to the installation phase. CONTRACTOR shall be responsible for the watering and maintenance of new sod until the new sod has properly taken root and appears to be healthy. NOTE: The CITY may request additional regrading work/sod installation for different areas and/or different work throughout the city limits. Payment for this regrading work/sod installation will be done under a negotiated price, with the unit price in Pay Item 26 as the basis. 12) The CONTRACTOR shall be responsible for all the new concrete work until accepted by the city staff. All damaged areas will be repaired prior to final inspection and acceptance by city staff before payment for the project area will be approved and processed. 13) Upon completion of new concrete installations, the surrounding disturbed areas shall be graded, sodded and inspected by the city staff and approved within a two (2) week period prior to any payment invoices for that area being processed. Page 30 of 62

31 4. SERVICE ORDER ASSIGNMENT, MEASUREMENT & PAYMENT A. General 1) The CONTRACTOR shall receive and accept the compensation provided in the Unit Price Proposal Tender Form as full payment for furnishing all materials, labor, supervision, tools, equipment, transportation, commissions, mobilization, storage, bond(s), overhead, permitting and any/all other expenses for performing all operations necessary to complete the work under the contract, and also in full payment for all loss or damages arising from the nature of the work which may be encountered during the prosecution of the work until the final acceptance by the CITY. 2) The prices stated in the Unit Price Proposal Tender Form include all costs and expenses for taxes, labor, supervision, equipment, materials, commissions, transportation charges and expenses together with any and all other costs and expenses for performing and completing the work required by the CITY. B. Service Order Assignment 1) The City reserves the right of sole discretion on assignment of the unit price Items, as specified by Pay Item Number(s) under Paragraph D Payment Item Description, subject solely to the best interests of and as determined only by the CITY. The City shall issue service orders for the number combinations of whole and partial Quantities and Units of Pay Item Numbers listed on the Unit Price Proposal Tender Form. 2) CONTRACTOR(s) Assigned Service Orders May Vary. The City reserves the right to vary/adjust/modify assignment of service orders to any/all awarded CONTRACTOR(s) at its sole discretion. 3) Location(s) / Time(s) of Work May Vary. The CITY reserves the right to vary the Jacksonville Beach service area location(s), and the time(s) of day and the time(s) of week when, service(s) are to be provided. The objective is to meet the needs of the CITY and to ensure the highest quality possible of the service(s) provided. 4) The CITY reserves the right to modify/change/increase/decrease/adjust service orders, Items assigned, Quantities assigned, CONTRACTOR(s) assigned, locations assigned, times of day/week for work, at its sole discretion at any time it chooses. C. Measurement for Payment: The quantities for payment under this CONTRACT shall be determined by actual measurement and/or counting, as appropriate, of the completed items, in place, ready for service and accepted by the CITY, as specified by Pay Item Number under Paragraph D Payment Item Description. A representative of the CONTRACTOR is to witness all field measurements / counting with a CITY representative. The CITY-approved measurement / count shall be the quantities that are eligible for payment under the terms of this CONTRACT. Page 31 of 62

32 D. Payment Item Description Pay Item 1: Removal/Replacement/Disposal of Existing Concrete Sidewalk and Replace with 3000-PSI Concrete (4 Thick) with Fiber-mesh (per CITY Standard Detail) with Disposal at an authorized location outside the city limits and not on city property. Payment shall include the removal/replacement/disposal of existing concrete sidewalk materials, furnishing all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, all saw-cutting, removal of existing concrete materials, excavation, grading, formwork, compaction, soil density testing, expansion joint materials, furnishing of 3000-PSI with Fiber-mesh concrete (4 thick), finishing, asphalt repair, sod replacement, cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations after installation has been completed. All concrete material, dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 2: Removal/Disposal of Existing Concrete Handicap Access Ramp/ Sidewalk with Disposal at an authorized location outside the city limits and not on city property. Payment shall include the removal of all existing concrete handicap ramps/sidewalks required by the CITY to include all saw-cutting, cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations. All concrete material, dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 3: Removal/Disposal of Existing (6 Thick) Concrete with Disposal at an authorized location outside the city limits and not on city property. Payment shall include the removal/disposal of existing concrete materials, furnishing all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, all saw-cutting, removal of existing concrete materials, excavation, grading, compaction, soil density testing, expansion joint materials, asphalt repair, sod replacement, cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations after removal has been completed. All concrete material, dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 4: Removal/Replacement/Disposal of Existing Concrete Driveway and/or Sidewalk and Replace with 3000-PSI Concrete (6 Thick) with Fiber-mesh (per CITY Standard Detail) with Disposal at an authorized location outside the city limits and not on city property. Payment shall include the removal/replacement/disposal of existing concrete driveway materials, furnishing all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, all saw-cutting, removal of existing concrete materials, excavation, grading, all saw-cutting, formwork, compaction, soil density testing, expansion joint materials, furnishing of 3000-PSI with Fiber-mesh concrete (6 thick), finishing, asphalt repair, sod replacement, cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations after installation has been completed. All Page 32 of 62

33 concrete material, dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 5: Removal/Replacement/Disposal of Existing Concrete Curbing (All Types) and Replace with 3000-PSI Concrete (6 Thick) with Fiber-mesh (per CITY Standard Detail) with Disposal at an authorized location outside the city limits and not on city property. Payment shall include the removal/replacement/disposal of all existing concrete curbing materials, regardless of the differing types (standard, miami, ribbon, header, etc.) all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, excavation, grading, all saw-cutting, formwork, compaction, soil density testing, expansion joint materials, furnishing of 3000-PSI with Fiber-mesh concrete, finishing, asphalt repair, sod replacement, hot-mix asphalt pavement repair (cold mix asphalt will not be allowed), cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations after installation has been completed. All concrete material, dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 6: Removal/Disposal of Existing Asphalt Pavement & Base Material in areas, where required, to install new concrete curbing &/or handicap ramps/new sidewalks; with Disposal at an authorized location outside the city limits and not on city property. Payment shall include the removal/disposal of existing asphalt pavement & base materials, to include furnishing all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, excavation, grading to remove existing asphalt pavement in areas where new concrete curbing and/or handicap ramps/new sidewalks are to be installed as directed by a representative from the CITY. All dirt, trash and debris disposal (to include all asphalt material and base material) shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 7: Removal/Disposal of Existing Concrete Curbing (All Types) with Disposal at an authorized location outside the city limits and not on city property. Payment shall include the removal/disposal of all existing concrete curbing materials, regardless of the differing types (standard, miami, ribbon, header, etc.) required by the CITY to include furnishing all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, excavation, all saw-cutting, cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations. All dirt, trash and debris disposal (to include all asphalt material and base material) shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item Pay Item 8: Removal/Disposal of Existing (6 Thick) Concrete with Only Concrete Disposal at an authorized city property. Payment shall include the removal/disposal of Page 33 of 62

34 existing concrete materials, furnishing all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, all saw-cutting, removal of existing concrete materials, excavation, grading, compaction, soil density testing, expansion joint materials, asphalt repair, sod replacement, cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations after removal has been completed. All concrete material, and ONLY concrete material, shall be disposed of at the designated city property location within the city limits of Jacksonville Beach at the approval of a representative from the Department of Public Works. All other dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 9: Removal/Replacement/Disposal of Existing Concrete Sidewalk and Replace with 3000-PSI Concrete (4 Thick) with Fiber-mesh (per CITY Standard Detail) with Only Concrete Disposal at an authorized city property. Payment shall include the removal/replacement/disposal of existing concrete sidewalk materials, furnishing all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, all saw-cutting, removal of existing concrete materials, excavation, grading, formwork, compaction, soil density testing, expansion joint materials, furnishing of PSI with Fiber-mesh concrete (4 thick), finishing, asphalt repair, sod replacement, cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations after installation has been completed. All concrete material, and ONLY concrete material, shall be disposed of at the designated city property location within the city limits of Jacksonville Beach at the approval of a representative from the Department of Public Works. All other dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 10: Removal/Disposal of Existing Concrete Handicap Access Ramp/Sidewalk with Only Concrete Disposal at an authorized city property. Payment shall include the removal of all existing concrete handicap ramps/sidewalks required by the CITY to include furnishing all equipment/labor/materials, traffic safety control, all saw-cutting, cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations. All concrete material, and ONLY concrete material, shall be disposed of at the designated city property location within the city limits of Jacksonville Beach at the approval of a representative from the Department of Public Works. All other dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 11: Removal/Replacement/Disposal of Existing Concrete Driveways and/or Sidewalk and Replace with 3000-PSI Concrete (6 Thick) with Fiber-mesh (per CITY Standard Detail) with Only Concrete Disposal at an authorized city property. Payment shall include the removal/replacement/disposal of existing concrete driveway materials, furnishing all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, all saw-cutting, removal of existing concrete materials, excavation, Page 34 of 62

35 grading, all saw-cutting, formwork, compaction, soil density testing, expansion joint materials, furnishing of 3000-PSI with Fiber-mesh concrete (6 thick), finishing, asphalt repair, sod replacement, cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations after installation has been completed. All concrete material, and ONLY concrete material, shall be disposed of at the designated city property location within the city limits of Jacksonville Beach at the approval of a representative from the Department of Public Works. All other dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 12: Removal/Disposal of Existing Concrete Curbing (All Types) with Only Concrete Disposal at an authorized city property. Payment shall include the removal/disposal of all existing concrete curbing materials, regardless of the differing types (standard, miami, ribbon, header, etc.) required by the CITY to include furnishing all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, excavation, all saw-cutting, cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations. All concrete material, and ONLY concrete material, shall be disposed of at the designated city property location within the city limits of Jacksonville Beach at the approval of a representative from the Department of Public Works. All other dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 13: Installation of New 3000-PSI Concrete Handicap Access Ramp/Sidewalk meeting Current FDOT ADA Standards (4 Thick) with Fiber-mesh (per CITY Standard Detail). Payment shall include all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, excavation, grading, all saw-cutting, formwork, compaction, soil density testing, expansion joint materials, furnishing of PSI with Fiber-mesh concrete, finishing, asphalt repair, sod replacement, cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations after installation has been completed. All concrete material, dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 14: Installation of New 3000-PSI Concrete Sidewalk (4" Thick) with Fibermesh (per CITY Standard Detail). Payment shall include all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, excavation, grading, all saw-cutting, formwork, compaction, soil density testing, expansion joint materials, furnishing of PSI with Fiber-mesh concrete, finishing, asphalt repair, sod replacement, cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations after installation has been completed. All concrete material, dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of Page 35 of 62

36 all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 15: Installation of New 3000-PSI Concrete Sidewalk (4" Thick) with Fibermesh with 6" turndown along the edge of pavement (per CITY Standard Detail). Payment shall include all costs/equipment/labor/supervision/materials, including (but not limited to) excavation, grading, all saw-cutting, formwork, compaction, soil density testing, expansion joint materials, furnishing of 3000-PSI with Fiber-mesh concrete, finishing, asphalt repair, sod replacement, cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations after installation has been completed. All concrete material, dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 16: Installation of New 3000-PSI Concrete Sidewalk (6" Thick) with Fibermesh (per CITY Standard Detail). Payment shall include all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, excavation, grading, all saw-cutting, formwork, compaction, soil density testing, expansion joint materials, furnishing of PSI with Fiber-mesh concrete, finishing, asphalt repair, sod replacement, cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations after installation has been completed. All concrete material, dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 17: Installation of New 3000-PSI Concrete Standard City Curbing with Fibermesh (per CITY Standard Detail). Payment shall include all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, excavation, grading, all saw-cutting, formwork, compaction, soil density testing, expansion joint materials, furnishing of 3000-PSI with Fiber-mesh concrete, finishing, asphalt repair, sod replacement, hot-mix asphalt pavement repair (cold mix asphalt will not be allowed), cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations after installation has been completed. All concrete material, dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 18: Installation of New 3000-PSI Concrete Miami Curbing with Fiber-mesh (per CITY Standard Detail). Payment shall include all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, excavation, grading, all saw-cutting, formwork, compaction, soil density testing, expansion joint materials, furnishing of 3000-PSI with Fiber-mesh concrete, finishing, asphalt repair, sod replacement, hot-mix asphalt pavement repair (cold mix asphalt will not be allowed), cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations after installation has been completed. All concrete material, dirt, trash Page 36 of 62

37 and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 19: Installation of New 3000-PSI Concrete Ribbon Curbing with Fiber-mesh (per CITY Standard Detail). Payment shall include all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, excavation, grading, all saw-cutting, formwork, compaction, soil density testing, expansion joint materials, furnishing of 3000-PSI with Fiber-mesh concrete, finishing, asphalt repair, sod replacement, hot-mix asphalt pavement repair (cold mix asphalt will not be allowed), cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations after installation has been completed. All concrete material, dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 20: Installation of New 3000-PSI Concrete Header Curbing with Fiber-mesh (per CITY Standard Detail). Payment shall include all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, excavation, grading, all saw-cutting, formwork, compaction, soil density testing, expansion joint materials, furnishing of 3000-PSI with Fiber-mesh concrete, finishing, asphalt repair, sod replacement, hot-mix asphalt pavement repair (cold mix asphalt will not be allowed), cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations after installation has been completed. All concrete material, dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 21: Installation of New 3000-PSI Concrete Valley Gutter Curbing with Fibermesh (per CITY Standard Detail). Payment shall include all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, excavation, grading, all saw-cutting, formwork, compaction, soil density testing, expansion joint materials, furnishing of 3000-PSI with Fiber-mesh concrete, finishing, asphalt repair, sod replacement, hot-mix asphalt pavement repair (cold mix asphalt will not be allowed), cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations after installation has been completed. All concrete material, dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 22: Installation of New 3000-PSI Concrete Slab (6" Thick) with Fiber-mesh (per CITY Standard Detail). Payment shall include all costs/equipment/labor/supervision/materials, including (but not limited to) excavation, grading, all saw-cutting, formwork, compaction, soil density testing, expansion joint materials, furnishing of 3000-PSI with Fiber-mesh concrete, finishing, asphalt repair, sod replacement, cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations after installation has been completed. All concrete material, dirt, trash Page 37 of 62

38 and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 23: Installation of New 3000-PSI Concrete Slab (8" Thick) with Fiber-mesh (per CITY Standard Detail). Payment shall include all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, excavation, grading, all saw-cutting, formwork, compaction, soil density testing, expansion joint materials, furnishing of 3000-PSI with Fiber-mesh concrete, finishing, asphalt repair, sod replacement, cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations after installation has been completed. All concrete material, dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 24: Installation of New 3000-PSI Concrete Driveway Apron (6 Thick) with Fiber-mesh (per CITY Standard Detail). Payment shall include all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, excavation, grading, all saw-cutting, formwork, compaction, soil density testing, expansion joint materials, furnishing of 3000-PSI with Fiber-mesh concrete, finishing, asphalt repair, sod replacement, cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations after installation has been completed. All concrete material, dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property.. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 25: Installation of New 3000-PSI Concrete Spillway with Fiber-mesh (Detail is subject to location and instruction by CITY). Payment shall include all costs/equipment/labor/supervision/materials, including (but not limited to) traffic safety control, excavation, grading, all saw-cutting, formwork, compaction, soil density testing, expansion joint materials, furnishing of 3000-PSI with Fiber-mesh concrete, finishing, asphalt repair, sod replacement, cleanup and the disposal of all concrete material, dirt, trash and debris removed from the locations after installation has been completed. Size of new spillway will be determined in the field as directed by the city staff. All concrete material, dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 26: Regrading/Sod Installation in Areas Not Directly Affected By Concrete Work. The CITY reserves the sole right to determine whether additional regrading/ sod installation work is covered within pay items (1 thru 25) or under this Pay item 26 of the Unit Price Proposal Tender Form. If additional regrading work/sod installation is determined by the CITY to be covered under Pay item 26, then payment shall be made based on a negotiated, mutually agreed upon price, utilizing the unit price of Pay item 26 as the Page 38 of 62

39 basis. The work shall not proceed until the negotiated price has been documented and signed by the CONTRACTOR and CITY Representative. Payment shall include the removal/replacement/disposal of existing sod or earth materials, furnishing all equipment/labor/supervision/materials, including (but not limited to) traffic safety control, excavation, grading, compaction, cleanup and the disposal of all dirt, trash and debris removed from the locations of regrading/sod work after installation has been completed. All sod, dirt, trash and debris disposal shall be at an authorized location outside the city limits and not on city property. This pay item shall also include repair or restoration of all structures and property that may be damaged or disturbed during the implementation of this pay item. Pay Item 27: Installation of Detectable Warnings on Walking Surfaces meeting current FDOT ADA Standards (Section 304) & (per current FDOT Design Standard Detail). Payment shall include all costs, including all labor, supervision, surface preparation, materials, traffic safety control, cleanup, and incidentals necessary to complete the work for Detectable Warnings installed on each curb ramp. 5. MISCELLANEOUS INFORMATION & REQUIREMENTS A. The CONTRACTOR shall provide employees who are customer oriented, polite to citizens, and responsive to the requests and directives of CITY officials, to include public works, police, and fire. The contractor shall permanently remove from this work any employee requested by the City to be removed. B. The CONTRACTOR shall be responsible for cleanup, removal, and disposal of all trash, garbage, debris, hazardous materials, etc., incidental to providing the services under this contract. Removal and disposal shall be at an authorized location outside the city limits and not on city property. C. Additional Services. CITY shall pay CONTRACTOR for additional services performed over and above the service pay items listed on the Unit Price Proposal Tender Form. These services shall be similar in nature or related in some way to the listed service pay items. Previously awarded unit prices under this contract, or a reasonable portion thereof, shall be used where possible in determining compensation. Otherwise, a fair negotiated price consistent with the type services requested shall be mutually agreed. D. Contractor Liability The CONTRACTOR shall be responsible and liable for any and all equipment that is in the possession of the CONTRACTOR. The CONTRACTOR shall be responsible and liable for any and all losses or damages to CITY or any other agency s equipment regardless of the cause, when such CITY or other agency equipment is in the possession of the CONTRACTOR or its agents. E. Payment and Performance Bonds: Not required. Page 39 of 62

40 F. Stop Work. The CITY may order work to be stopped if conditions exist that present an immediate danger to persons or property. The CONTRACTOR acknowledges that such stoppage shall not shift responsibility for any damages from the CONTRACTOR to the CITY. G. Nonexclusive. Notwithstanding the contract resulting from this RFP, the CITY reserves the right to follow its normal purchasing procedures at any time to procure the services identified herein from other firms. 6. PRICE ADJUSTMENT PROVISION. A. The proposed unit prices submitted on the Unit Price Proposal Tender Form shall remain in effect at least through the first full term of the contract. B. Price Adjustment Provision for Unit Prices based on CPI Change. 1) Applicability. The Adjustment Provision for Unit Prices may be applied only once during the contract. It is only to be applied as a provision of the agreement for one of the extended additional terms. 2) Subject to the term of this Agreement being extended beyond the Initial Contract Term, the CONTRACTOR may request the CITY to adjust the Unit Prices based on changes in the cost of doing business, over the current term of the Contract. Adjustments to the Unit Prices are to be mutually agreed in writing by the CITY and the CONTRACTOR. 3) Basis for Adjustment. The basis for these adjustments shall be the not seasonally adjusted Consumer Price Index (CPI) All Urban Consumers, Area: U.S. city average, Item: All items less food and energy published by the U.S. Department of Labor, Bureau of Labor Statistics, or its successor publication if discontinued. 4) Average Annual CPI Change. The computations for the adjustment shall be based on the average annual CPI change for the intervening (full 12-month) periods since the Current Term Start Date. 5) The unit prices, subject to negotiations, may be increased / decreased in a percentage not to exceed 100% of the average annual CPI change (with a goal of no more than 75%). 6) The unit price adjustments shall be negotiated and agreed in writing by both parties. Unit price adjustment(s) shall be effective on the first full month after both the CITY and the CONTRACTOR sign the unit price adjustment agreement document or as stated in the unit price adjustment agreement, whichever is later. 7) In the event that the CITY and CONTRACTOR are unable to reach agreement on adjustment to the Unit Prices prior to the Expiration Date of the Current Term, as may be extended month to month under the existing pricing by mutual agreement while negotiations are still ongoing, either party shall have the right to terminate this agreement upon forwarding a certified letter to the other party. Page 40 of 62

41 C. The CITY may also consider a unique request for price adjustment based on unusually high increase or decrease in service costs. If considered warranted by the CITY, a cost adjustment request, an increase or decrease, may be negotiated separately, when mutually agreed. 7. CITY REPRESENTATIVES A. Designated Representative: Public Works Director B. Project Manager: Public Works Supervisor(s) C. Technical Contacts: Public Works Supervisor(s), Assigned Representatives, Other CITY Division / Department Supervisor(s) (upon notification by the CITY s Project Manager) 8. MINIMUM QUALIFICATIONS OF RESPONDING FIRM(S) A. Current Contractor s License to perform work in the local area. B. Local staff with the capability of performing the required concrete installations and/or related work. C. Demonstrated capability, past experience and expertise in professional services related to all phases of concrete installations and/or related work. D. A local office in Duval, Clay, Nassau, Baker or St. Johns County. 9. EVALUATION CRITERIA AND SELECTION AWARD PROCESS A. CONTRACTORS CRITERIA SUBMITTAL - REQUIRED ITEMS Respondents are to adhere to the requirements shown below. Failure to do so may result in rejection of proposal as non-responsive. Be concise and to the point. Provide adequate information on each criterion below. Provide the criteria information below in the order shown. The Evaluation/Selection Committee will evaluate and rank responsive proposals based on the following criteria. 1) Qualifications (20%): a. Copy of Contractor License. b. Copy of current occupational and business licenses c. Length of time in business. Page 41 of 62

42 d. List of Sub-Contractors to potentially be utilized during the installation of concrete related work items. e. List of Equipment (by type and quantity) dedicated to meeting the requirements of this contract. It is expected that the contractor would have available and on site at all times during the work schedule at a minimum, the following equipment: 1 ea. Rubber-tired Backhoe 1 ea. Sled-type vibrator compactor 1 ea. 6 to 8Yard Dump Truck or larger 1 ea. Roll-off container (optional) for the removal of concrete material. 2) Experience (20%): Provide a Brief Narrative of Experience within the past three (3) years detailing the proposer s ability to perform the primary tasks of: a. Removal and replacement of existing damaged concrete sidewalks, handicap ramps, driveways, curbing, spillways and/or slabs. b. Excavation, forming and pouring portions of replacement and new concrete sidewalks, handicap ramps, driveways, curbing, spillways, slabs that are ancillary to the major work of removal and replacement. c. Detailed time line for the final grading and sod replacement for inspection of work completed and ready for payment after completion of concrete installation. d. Provide brief explanation and picture(s) of equipment to be utilized. e. Provide the customer name, project location, description of the project and dollar amount. State whether during the past three (3) years if the Respondent has defaulted on any contract. If so, provide a description of the facts and circumstances of the default. State whether during the preceding three (3) years if the Respondent has terminated a contract prior to expiration of the contract term, or if a contract has been terminated by the other party prior to its stated term. If so, provide a description of the facts and circumstances of each incidence. 3) References (20%): List of at least five (5) references (with contact names and phone numbers) within the past (3) years. 4) Proximity (20%): Provide the location of the respondent s office. Routine and responsive interaction will be important in servicing the City s needs in performing this continuing contract. Provide a brief narrative on how Respondent plans to service this contract. Include in your description the time period required to respond to projects, the staff plans to service this contract and the use of subcontractors, etc. Page 42 of 62

43 5) Pricing (20%): Interested proposers are required to submit a quotation of proposed unit prices, which shall remain stable and be utilized during the 1st full term of the contract. Submit unit prices on the attached Unit Price Proposal Tender Form as part of your proposal submittal. The proposer agrees that this proposal shall be good and may not be withdrawn for a period of ninety (90) days after the opening of proposals. The proposer understands that the City reserves the right to: a. Reject all proposals and waive informalities in the proposal. b. Award the RFP to up to three (3) qualified respondents. c. Assign work service orders to the selected CONTRACTORS based on each Pay Item or combination of Pay Items, whichever is in the best interests of the CITY Respondents must provide a unit price on each Pay Item listed. All price entries on the Unit Price Proposal Tender Form must be clearly written in figures using ink. Price will be only one key criteria used in the evaluation process to determine which firm is the most highly qualified to perform the required services. Payment shall be made based upon actual Quantities and Units of services negotiated, ordered by the CITY, performed by the CONTRACTOR, and approved on the CITYapproved measurement/count. The CITY reserves the sole right to determine the Quantity amount desired on each Pay Item. This includes increasing or decreasing the Quantities for any and all Items, at any time during the course of the contract and extensions thereof. This is subject to future changes to the unit prices as authorized in Section 6. PRICE ADJUSTMENT PROVISION above. Taxes. The CONTRACTOR is responsible for paying any and all taxes associated with this agreement. The City reserves the sole right to reject proposals in which the prices are obviously unbalanced. B. SELECTION PROCESS Following the opening of the proposal packages, the proposals will be evaluated by a CITYappointed Evaluation/Selection Committee. The Committee will be comprised of CITY personnel with the appropriate experience, knowledge and/or position. The CITY reserves the right to call upon expert(s)s in the field to assist the CITY in the selection process. The evaluation and selection process shall determine qualifications, interest, and availability. Respondents are to include sufficient information to allow the Committee to thoroughly evaluate their proposals. The City will first review all written responses. This review will result in a ranked list of fully qualified Respondents. The City reserves the right to make final selection at this time. Page 43 of 62

44 If deemed necessary, the City can require interviews to be scheduled with the top three (3) Respondents in order to assist the Committee in making their final selection and rank ordering. The CITY reserves the right to negotiate the final terms, conditions and pricing of the contract as may be in the best interest of the CITY. Upon completion of the criteria evaluation and rating, the Committee may choose to conduct oral presentation(s) with the Respondent(s) which the Evaluation/Selection Committee deems to warrant further consideration based on the best rated proposal(s) providing the highest quality of service to the CITY. Upon completion of the oral presentation(s), the Committee will re-evaluate and re-rate the proposal(s) remaining in consideration based upon the written documents combined with the oral presentation(s). Following the evaluation and ranking of the proposals, the Evaluation/Selection Committee is to recommend that contract terms be negotiated starting with the highest ranked responsive and responsible respondent, and continuing through the ranking order until terms are negotiated with a specific respondent that are agreeable to both the CITY and the respondent, and in the best interest of the CITY. In its sole discretion, the CITY reserves the right to negotiate with any Respondent and with regards to any and all terms, or to take such other action(s) as it deems to be in the best interest of the CITY. Page 44 of 62

45 Page 45 of 62

46 Page 46 of 62

47 Page 47 of 62

48 Page 48 of 62

49 Page 49 of 62

50 Page 50 of 62

51 Page 51 of 62

52 Page 52 of 62

53 Page 53 of 62

54 Page 54 of 62

City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL

City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL City of Jacksonville Beach Beaches Energy Services RFP # 04-1819 02/21/19 Electric Meter Testing Services City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach,

More information

City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL

City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL 32250 Purchasing@jaxbchfl.net RFP Number: 05-1718 RFP Title: REQUEST FOR PROPOSALS (RFP) EXECUTIVE

More information

City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL Tel:

City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL Tel: City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL 32250 Tel: 904-247-6229 REQUEST FOR QUALIFICATIONS RFQ Number: 01-1718 RFQ Title: Guana Substation

More information

City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL Tel:

City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL Tel: City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL 32250 Tel: 904-247-6229 INVITATION TO BID Bid Number: 1819-10 BID Title: Submittal Deadline Day:

More information

City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL Tel:

City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL Tel: City of Jacksonville Beach Invitation to Bid #: 1718-03 Beaches Energy Services Fiber Optic Cable - Sampson to Ft. Diego Date: 11/28/17 City of Jacksonville Beach Property and Procurement Division 1460A

More information

City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL Tel:

City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL Tel: City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL 32250 Tel: 904-247-6229 BID Number: 1718-14 BID Title: Invitation to Bid SLUDGE HAULING CONTINUOUS

More information

City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL Tel:

City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL Tel: City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL 32250 Tel: 904-247-6229 BID Number: 1718-19 BID Title: Invitation to Bid MILLING, PAVING, SIDEWALK/CURBING

More information

City of Jacksonville Beach Property & Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL Tel:

City of Jacksonville Beach Property & Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL Tel: City of Jacksonville Beach Invitation to Bid #: 1617-16 Beaches Energy Services Kings Road Transmission Relocation Date: 07/31/2017 City of Jacksonville Beach Property & Procurement Division 1460A Shetter

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

City of Jacksonville Beach Property & Procurement Division: 1460A Shetter Ave., Jacksonville Beach, FL Tel:

City of Jacksonville Beach Property & Procurement Division: 1460A Shetter Ave., Jacksonville Beach, FL Tel: City of Jacksonville Beach Property & Procurement Division: 1460A Shetter Ave., Jacksonville Beach, FL 32250 Tel: 904-247-6229 INVITATION TO BID Bid Number: 1617-06 Bid Title: CIRCUIT SWITCHERS for BEACHES

More information

City of Jacksonville Beach

City of Jacksonville Beach City of Jacksonville Beach Purchasing Division: 1460A Shetter Ave., Jacksonville Beach, FL 32250 Tel: 904-247-6229 Fax: 904-270-1639 REQUEST FOR PROPOSAL RFP Number: 03-1415 Professional Services for Design

More information

Glenwood/Bell Street Well Pump and Piping Construction

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

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION INTRODUCTON The City of Fernandina Beach, Florida, is accepting sealed bids at the location

More information

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

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

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Invitation to Bid-B-05-01 Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Purpose: The City of Palm Coast, Flagler County, Florida is accepting proposals to provide underbrush mowing

More information

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES SECTION I GENERAL INFORMATION A. INTRODUCTION/BACKGROUND The Coral Gables Retirement Board (hereafter Board ) is requesting

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

INVITATION TO BID-R Frieda Zamba Pool Renovations

INVITATION TO BID-R Frieda Zamba Pool Renovations INVITATION TO BID-R-06-01 Frieda Zamba Pool Renovations Purpose: The City of Palm Coast is requesting bids from general contractors for the renovations of the Frieda Zamba Pool. The outdoor, unsheltered

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES SUBMIT BID TO: Florida State Fair Authority 4800 Hwy 301 North / P.O. Box 11766 Tampa, Fl. 33610 Tampa, Fl. 33680 (Orient Road Entrance) Attn: Phyllis J. Bridges Telephone Number: 813-621-7821 E-mail:

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

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

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

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

More information

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE CITY OF ROCKLEDGE REQUEST FOR PROPOSALS City of Rockledge Classification and Compensation Study RESPONSES ARE DUE BY February 5, 2016 at 4PM EST MAIL OR DELIVER RESPONSES TO: ATT: Corey Harris, HR Coordinator

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for 4,300 LF of 12 HDPE DIP DR 11 in 50 LF lengths.

More information

FORM 1 RESPONDENT S CONTACT INFORMATION. The Respondent shall identify the contact information as described below.

FORM 1 RESPONDENT S CONTACT INFORMATION. The Respondent shall identify the contact information as described below. FORM 1 RESPONDENT S CONTACT INFORMATION The Respondent shall identify the contact information as described below. For solicitation purposes, the Respondent s contact person shall be: For contractual purposes,

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

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

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,

More information

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

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

More information

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

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

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

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

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

CITY OF OCALA Purchasing Department 2100 NE 30 th Avenue Building E, Gate 4 Ocala, Florida Phone: (352) Fax (352)

CITY OF OCALA Purchasing Department 2100 NE 30 th Avenue Building E, Gate 4 Ocala, Florida Phone: (352) Fax (352) CITY OF OCALA Purchasing Department 2100 NE 30 th Avenue Building E, Gate 4 Ocala, Florida 34470 Phone: (352) 351-6700 Fax (352)351-6710 INVITATION TO BID ITB 08-053 June 11, 2008 Sealed bids will be received

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

RFQ NO Dated: March 16, 2018 Town of South Palm Beach. Published: Palm Beach Post. Page 1 of 16

RFQ NO Dated: March 16, 2018 Town of South Palm Beach. Published: Palm Beach Post. Page 1 of 16 TOWN OF SOUTH PALM BEACH REQUEST FOR QUALIFICATIONS CONTINUING CONTRACTS FOR PROFESSIONAL ENGINEERING SERVICES RFQ NO. 2018-1 The Town of South Palm Beach is seeking Letters of Interest and Professional

More information

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING INVITATION TO BID FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING BID #2018-13 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904)

More information

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County REQUEST FOR BIDS RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County Bid Solicitation: #2018-001-063 Bids Due: July 2, 2018 at 5:00 P.M. Housing

More information

Town of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ

Town of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ MICANOPY, SEMINOLE CHIEF Town of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ Town Administrator 706 NE Cholokka Blvd. P.O. Box 137 Micanopy, Florida,

More information

Housing Authority of the Borough of Keansburg

Housing Authority of the Borough of Keansburg Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Telephone: # 732-787-6151 / Fax: # 732-787-5204 JUDY FERRARO Chairperson MARY FOLEY Vice-Chairperson YOLANDA ANN COMMARATO

More information

M E M O R A N D U M. March 13, 2019

M E M O R A N D U M. March 13, 2019 M E M O R A N D U M March 13, 2019 TO: FROM: RE: All Qualified Contractors Nicole Davis Redevelopment Authority of the City of York Repairs to Side Wall of 314 South George Street, York, PA. There will

More information

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax: PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org September 11, 2012 Ladies and Gentlemen: The City of Peachtree City will

More information

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

More information

RFP GENERAL TERMS AND CONDITIONS

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

More information

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

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

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed

More information

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES SUBMIT BID TO: Florida State Fair Authority 4800 Hwy 301 North / P.O. Box 11766 Tampa, Fl. 33610 Tampa, Fl. 33680 (Orient Road Entrance) Attn: Phyllis J. Bridges Telephone Number: 813-621-7821 E-mail:

More information

ATTACHMENT B SALE # CGS4 GENERAL PURPOSE. PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And

ATTACHMENT B SALE # CGS4 GENERAL PURPOSE. PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And ATTACHMENT B SALE # CGS4 GENERAL PURPOSE PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And THIS POWERGYP70-CGS SALES AGREEMENT (the Agreement ) is entered into as

More information

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS BAKER COUNTY BOARD OF COUNTY COMMISSIONERS MOSQUITO CONTROL SERVICES BID # 2016-04 BAKER COUNTY BOARD OF COUNTY COMMISSIONERS ADMINISTRATION OFFICE 55 N THIRD STREET MACCLENNY, FL 32063 PHONE: 904-259-3613

More information

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

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

More information

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 PUBLIC WORKS DEPARTMENT BID FORMS FOR CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT

More information

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

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

More information

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study Due date: May 12, 2017 Time: 4:00 pm Receipt Location: 230 Government Center Drive Wilmington, NC 28403 Procurement Contact Person: Name:

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05 CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05 The City of Fernandina Beach, Florida is accepting competitive sealed bids for the Demolition of one single-family home and construction of new

More information

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

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

More information

Request for Proposal Public Warning Siren System April 8, 2014

Request for Proposal Public Warning Siren System April 8, 2014 Request for Proposal Public Warning Siren System April 8, 2014 THE CITY OF MARTINSVILLE wishes to extend an invitation to all qualified contractors to submit a proposal/s for providing a complete siren

More information

INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID #

INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID # INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID #2016-08 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website:

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

Request for Proposal Internet Access

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

More information

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS Sealed

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018 REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018 Date: NOVEMBER 5, 2018 Project Name: Metro Bus Digital Advertising Program Proposal Submission: Proposals will be received until NOVEMBER 9, 2018

More information

REQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

REQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE REQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE conduct business. The goal of Motor City Match is to help start new, permanent businesses in Detroit s commercial corridors by

More information

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

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

More information

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

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

More information

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

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

More information

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

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

More information

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

Company Name: Address: Date: OFFICAL SIGNATURE PRINT Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for STREET ASPHALT PAVING & PATCHING.

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services

More information

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street Indianapolis, IN 46221 ITQ Issue Date: November 29, 2017 Project Site: Contact:

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

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

More information

City of Albany, New York Traffic Engineering

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

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

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

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

More information

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

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor

More information

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

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

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ Phone: (732) Fax: (732)

Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ Phone: (732) Fax: (732) Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ 08904 Phone: (732) 572-4420 Fax: (732) 985-6485 Donna Brightman, Executive Director REQUEST FOR PROPOSALS for CONCRETE

More information

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

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

More information

Request for Proposal

Request for Proposal H. INVITATION TO BID ATC Water Chiller ITB #17-003 Request for Proposal RFP #18-002: Food Service Consultant Date Issued: November 1, 2017 Daytona State College is seeking proposals for a Food Service

More information

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information

201 West Moody Blvd Bunnell, Florida REQUEST FOR PROPOSALS (RFP) RFP

201 West Moody Blvd Bunnell, Florida REQUEST FOR PROPOSALS (RFP) RFP 201 West Moody Blvd Bunnell, Florida 32110 REQUEST FOR PROPOSALS (RFP) RFP 2015 04 FOR Property/Casualty, Liability Insurance and Workers Compensation Program DATED: Larry Williams, City Manager Stella

More information

GENERAL TERMS AND CONDITIONS

GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS The following terms and conditions apply to all contracts or purchase agreements made with The College of New Jersey unless specifically deleted on this form. Vendors submitting

More information

COLLECTION AGENCY SERVICES FOR EMS OKALOOSA COUNTY BOARD OF COMMISSIONERS, FLORIDA

COLLECTION AGENCY SERVICES FOR EMS OKALOOSA COUNTY BOARD OF COMMISSIONERS, FLORIDA COLLECTION AGENCY SERVICES FOR EMS OKALOOSA COUNTY BOARD OF COMMISSIONERS, FLORIDA RFP # EMS 63-14 PROPOSAL DUE: July 18, 2014 @ 4:00 P.M. NOTICE TO PROPOSERS COLLECTION AGENCY SERVICES FOR EMERGENCY MEDICAL

More information

INSTALLATION OF NEW FIRE SPRINKLER JAIL

INSTALLATION OF NEW FIRE SPRINKLER JAIL INSTALLATION OF NEW FIRE SPRINKLER SYSTEM @ JAIL BID #: COR 51-12 BID OPENS: OCTOBER 11, 2012 @ 3:00 P.M. (CST) Last Revised 08/20/2012 Page 0 NOTICE TO BIDDERS Notice is hereby given that the Board of

More information

Request for Qualifications (RFQ) AQUATIC ENGINEER FOR HISTORIC SPRING PARK POOL & INTERACTIVE WATER FEATURE

Request for Qualifications (RFQ) AQUATIC ENGINEER FOR HISTORIC SPRING PARK POOL & INTERACTIVE WATER FEATURE Request for Qualifications (RFQ) AQUATIC ENGINEER FOR HISTORIC SPRING PARK POOL & INTERACTIVE WATER FEATURE RFQ: 04-15-02 Project Name: Aquatic Engineer for Historic Spring Park Pool & Interactive Water

More information

SOUTH FLORIDA STATE COLLEGE FOUNDATION REQUEST FOR PROPOSALS FOR BANKING SERVICES RFP 13-06

SOUTH FLORIDA STATE COLLEGE FOUNDATION REQUEST FOR PROPOSALS FOR BANKING SERVICES RFP 13-06 SOUTH FLORIDA STATE COLLEGE FOUNDATION REQUEST FOR PROPOSALS FOR BANKING SERVICES RFP 13-06 INDEX GENERAL INFORMATION... 3 QUALIFICATIONS... 3 PRE-PROPOSAL CONFERENCE... 3 PROCEDURAL REQUIREMENTS... 3

More information

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006 Corona-Norco Unified School District 2820 Clark Ave. Norco, CA 92860 Just in Time Classroom and Office Supplies Bid # 15/16-006 November 16, 2015 1 Just in Time Classroom and Office Supplies Bid # 15/16-006

More information

REQUIRED SIGNATURE PAGE FOR PROPOSALS. Disaster Restoration and Recovery Services

REQUIRED SIGNATURE PAGE FOR PROPOSALS. Disaster Restoration and Recovery Services REQUIRED SIGNATURE PAGE FOR PROPOSALS Disaster Restoration and Recovery Services This page, signed by an authorized officer of your Company, must accompany your proposal as the cover page. I, the undersigned,

More information

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF 3PAR EQUIPMENT

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF 3PAR EQUIPMENT WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT 06880 203 341-1002 SPECIFICATION COVER SHEET VENDOR MUST ENCLOSE TWO COPIES OF THIS SPECIFICATION COVER SHEET and TWO COPIES OF THE BID SPECIFICATIONS

More information

W I T N E S S E T H:

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

More information