Specifications and Contract Documents For the Floating Dock Replacements For Hickory Point Park Invitation to Bid No

Size: px
Start display at page:

Download "Specifications and Contract Documents For the Floating Dock Replacements For Hickory Point Park Invitation to Bid No"

Transcription

1 Name of Contractor: Specifications and Contract Documents For the Floating Dock Replacements For Hickory Point Park Invitation to Bid No Issued by: Lake County Water Authority SR 19 Tavares, FL Telephone: (352) Wednesday, October 19, 2016 Bid Deadline is 3:00 p.m., Tuesday, November 15, 2016

2 LAKE COUNTY WATER AUTHORITY (LCWA) FLOATING DOCK REPLACEMENTS FOR HICKORY POINT PARK PROJECT NAME: Floating Dock Replacements for Hickory Point Park BID NO: LOCATION OF PROJECT: This project will take place at the boat ramp of the Hickory Point Park, located at S.R. 19, Tavares, FL SCOPE OF WORK: The contract work includes the manufacturing and installation of three (3) floating docks at the Boat Ramp of the Hickory Point Park at Lake Harris (please see proposed floating docks diagrams in Appendix A). The contract work also includes the removal of the old floating docks for later use by the LCWA, and the installation of 3 wood pilings (one per dock) to anchor the new docks. The contract will include all labor, materials and equipment to complete the proposed upgrades at the boat ramp. RECEIPT OF BIDS: Sealed bids in single copy for the work described herein shall be received until 3:00 p.m., Tuesday, November 15, 2016 at the Lake County Water Authority office, S.R. 19, Tavares, Florida , at which time and place bids will be publicly opened and read aloud. ALL BIDS WHETHER HAND DELIVERED OR MAILED MUST BE AT SAID OFFICE BEFORE THE ABOVE STATED DEADLINE TO BE CONSIDERED. NO EXCEPTIONS. Also see Section 3 - Preparation of Bids below. BID DOCUMENTS: Bid documents are available from the offices of Lake County Water Authority, S.R. 19, Tavares, Florida and are also available in PDF format on-line at Hard copies may be ordered ahead of time for $10 each by contacting the Lake County Water Authority at (352) LCWA BID # Page 2

3 INSTRUCTIONS TO BIDDERS 1. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 1.1 The Bidder is required to examine carefully the site of the work and other Contract Documents for the work contemplated, and it will be assumed that the Bidder has investigated and is fully informed of the conditions and materials to be encountered, of the character, quality, and quantities of work to be performed and materials to be furnished, and of the requirements of the Contract Documents. 1.2 Each Bidder must inform himself fully of the conditions related to construction and labor under which the work will be performed, and will have inspected the site of the work and will have read and be thoroughly familiar with the specifications and other Contract Documents. Failure to do so will not relieve the successful Bidder of his obligations to furnish all labor, material, and equipment necessary to carry out the provisions of the Contract Documents and to complete the contemplated work for the consideration set forth in this bid. There is no expressed or implied agreement that the character of the materials have been correctly indicated and Bidders should take into account the possibility that conditions affecting the work to be done may differ from those indicated. 1.3 It is understood by the Bidder that no additional compensation shall be allowed for extra work, unless requested by the Lake County Water Authority (LCWA). 2. ADDENDA AND INTERPRETATIONS No interpretation of the meaning of the specifications or other bid documents will be made to any Contractor orally. Every request for such interpretations should be in writing addressed to Sergio Duarte, Lake County Water Authority at S.R. 19, Tavares, FL , or by to Requests must be received by 4:00 p.m., Tuesday, November 8, Any and all such interpretations and any supplemental instruction will be in the form of written addenda to the specifications which, if issued, will be posted on the LCWA s website ( not later than 5:00 p.m., Thursday, November 10, Any addenda or interpretation requested by the Contractor to be express mailed will only be done at the Contractor s expense. Failure of any Contractor to receive any such addendum or interpretation shall not relieve such Contractor from any obligation under this bid as submitted. All addenda so issued shall become part of the Contract Documents. 3. PREPARATION OF BIDS 3.1 Bids must be submitted on the attached Proposal, which must not be detached from these Contract Documents. All applicable blank spaces to the project being bid in the Proposal must be filled in legibly in ink. The Bidder shall specify the bid price for the work options under the Bid Table. Each bid must be submitted in a sealed opaque envelope bearing on the outside the name of the Bidder, his address, and the name of the project for LCWA BID # Page 3

4 which the bid is submitted. All bids must be either mailed or hand carried to the address as specified above under Receipt of Bids. Facsimile (fax) or electronic submissions ( ) will not be accepted. 3.2 All prospective Bidders are advised that this project is not subject to the Florida Sales Tax. 3.3 All bidders shall complete the following additional forms provided and submit them with their bids: A. Previous similar experience references; B. Public entity crimes statement; C. Drug-free workplace program certification; and D. Equal employment opportunity policy statement 4. Contractor s Insurance Requirements Each vendor shall include in its solicitation response package proof of insurance capabilities, including but not limited to, the following requirements: [This does not mean that the vendor must have the coverage prior to submittal, but, that the coverage must be in effect prior to a purchase order or contract being executed by the AUTHORITY.] An original certificate of insurance, indicating that the awarded vendor has coverage in accordance with the requirements of this section, shall be furnished by the vendor to the AUTHORITY within five (5) working days of such request and must be received and accepted by the AUTHORITY prior to contract execution and/or before any work begins. The vendor shall provide and maintain at all times during the term of any contract, without cost or expense to the AUTHORITY, policies of insurance, with a company or companies authorized to do business in the State of Florida, and which are acceptable to the AUTHORITY, insuring the vendor against any and all claims, demands or causes of action whatsoever, for injuries received or damage to property relating to the performance of duties, services and/or obligations of the vendor under the terms and provisions of the contract. The vendor is responsible for timely provision of certificate(s) of insurance to the AUTHORITY at the certificate holder address evidencing conformance with the contract requirements at all times throughout the term of the contract. Such policies of insurance, and confirming certificates of insurance, shall insure the vendor is in accordance with the following minimum limits: General Liability insurance on forms no more restrictive than the latest edition of the Occurrence Form Commercial General Liability policy (CG 00 01) of the Insurance Services Office or equivalent without restrictive endorsements, with the following minimum limits and coverage: Each Occurrence/General Aggregate $1,000,000/2,000,000 Products-Completed Operations $2,000,000 LCWA BID # Page 4

5 Personal & Adv. Injury $1,000,000 Fire Damage $50,000 Medical Expense $5,000 Contractual Liability Included Automobile liability insurance, including owned, non-owned, and hired autos with the following minimum limits and coverage: Combined Single Limit $1,000,000 Workers' compensation insurance based on proper reporting of classification codes and payroll amounts in accordance with Chapter 440, Florida Statutes, and/or any other applicable law requiring workers' compensation (Federal, maritime, etc.). If not required by law to maintain workers compensation insurance, the vendor must provide a notarized statement that if he or she is injured; he or she will not hold the AUTHORITY responsible for any payment or compensation. Employers Liability insurance with the following minimum limits and coverage: Each Accident $1,000,000 Disease-Each Employee $1,000,000 Disease-Policy Limit $1,000,000 Professional liability and/or specialty insurance (medical malpractice, engineers, architect, consultant, environmental, pollution, errors and omissions, etc.) as applicable, with minimum limits of $1,000,000 and annual aggregate of $2,000,000. The following additional coverage must be provided if a dollar value is inserted below: Loss of Use at coverage value: $ Garage Keepers Liability at coverage value: $ The Lake County Water Authority, and the Lake County Water Authority Board of Trustees, shall be named as additional insured as their interest may appear on all applicable liability insurance policies. The certificate(s) of insurance, shall provide for a minimum of thirty (30) days prior written notice to the AUTHORITY of any change, cancellation, or nonrenewal of the provided insurance. It is the vendor s specific responsibility to ensure that any such notice is provided within the stated timeframe to the certificate holder. If it is not possible for the Vendor to certify compliance, on the certificate of insurance, with all of the above requirements, then the Vendor is required to provide a copy of the actual policy endorsement(s) providing the required coverage and notification provisions. Certificate(s) of insurance shall identify the applicable solicitation (ITB/RFP/RFQ) LCWA BID # Page 5

6 number in the Description of Operations section of the Certificate. Certificate holder shall be: LAKE COUNTY WATER AUTHORITY, AND THE LAKE COUNTY WATER AUTHORITY BOARD OF TRUSTEES S.R. 19 TAVARES, FL Certificates of insurance shall evidence a waiver of subrogation in favor of the AUTHORITY, that coverage shall be primary and noncontributory, and that each evidenced policy includes a Cross Liability or Severability of Interests provision, with no requirement of premium payment by the AUTHORITY. The Vendor shall be responsible for subcontractors and their insurance. Subcontractors are to provide certificates of insurance to the prime vendor evidencing coverage and terms in accordance with the Vendor s requirements. All self-insured retentions shall appear on the certificate(s) and shall be subject to approval by the AUTHORITY. At the option of the AUTHORITY, the insurer shall reduce or eliminate such self-insured retentions, or the vendor or subcontractor shall be required to procure a bond guaranteeing payment of losses and related claims expenses. The AUTHORITY shall be exempt from, and in no way liable for, any sums of money, which may represent a deductible or self-insured retention in any insurance policy. The payment of such deductible or self-insured retention shall be the sole responsibility of the vendor and/or sub-contractor providing such insurance. Failure to obtain and maintain such insurance as set out above will be considered a breach of contract and may result in termination of the contract for default. Neither approval by the AUTHORITY of any insurance supplied by the vendor or Subcontractor(s), nor a failure to disapprove that insurance, shall relieve the vendor or Subcontractor(s) of full responsibility for liability, damages, and accidents as set forth herein. 5. RECEIPT AND OPENING OF BIDS 5.1. The LCWA may consider non-responsive any bid not prepared and submitted in accordance with these provisions and may waive any informalities or reject any and all bids Attention is called to the fact that Bidders not only offer to assume the obligations and liabilities imposed upon the Contract in the form or Contract, but expressly make certain of the representations and warranties made therein. No effort is made to emphasize any particular provision of the Contract, but Bidders must familiarize themselves with every provision and its effect. LCWA BID # Page 6

7 5.3. Bids will be considered irregular and may be rejected if they show omissions, alterations of form, additions not called for, conditions, limitations, unauthorized alternate bids or other irregularities of any kind The LCWA reserves the right to waive any informalities or irregularities of bids, or to reject any or all bids. Any of the following causes may be considered as sufficient for the disqualification of a Bidder and the rejection of his bid: A. Submission of more than one bid for the same work by an individual partnership, or corporation under the same or different names; B. Evidence of collusion among Bidders; C. Any lack of competency of Bidder will be determined by the LCWA according to the LCWA s bid and protest policy [Lake County Water Authority Resolution ]. D. Lack of responsibility as shown by past work judged from the standpoints of workmanship, progress, compliance with requirements of Contract Documents or other appropriate concern. 6. ACCEPTANCE OF BID AND AWARD OF CONTRACT 6.1. The LCWA may choose to award the bid in whole or part as outlined by the options The LCWA may reject all bids or may negotiate the contract with the Bidder with the lowest bid so as to produce a net amount, which is within the available funds An award of the contract will not be made until the necessary investigations of the responsibility of the low Bidders have been made. Unless all bids are rejected, the Contract will be awarded to the lowest and best responsible qualified Bidder whose bid appears to be in the best interest of the LCWA in LCWA s sole discretion. Such award will be made, or all bids rejected, according to Lake County Water Authority Resolution When the Contract has been executed on the part of the LCWA, it shall be forwarded to the CONTRACTOR together with a notice from the LCWA to commence work. The notice to proceed will include the time for completion Failure to follow the bid protest procedure requirements within the established timeframes as prescribed herein [Lake County Water Authority Resolution ] and established by the LCWA shall constitute a waiver of Bidder s protest and any resulting claims. 7. LAWS AND REGULATIONS The Bidder's attention is directed to the fact that all applicable State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout, and they will be deemed to be included in the Contract the same as though herein written out in full. LCWA BID # Page 7

8 8. TIME OF COMPLETION The work shall be completed as outlined in these documents. 9. FLORIDA TRENCH SAFETY ACT: Not applicable to this bid. 10. INDEMNIFICATION Bidder shall defend, save, indemnify and hold harmless the LCWA and its officers, agents and employees from any and all claims and demands, losses and expenses, including attorneys fees whether or not litigation is commenced, including, but not limited to, compensation for injuries, sickness, death and/or property damages, including loss of use resulting therefrom, arising in whole or in part from, out of, under, or occurring because of intentional and/or negligent acts or omissions of action by Bidder, Subcontractor, and/or the Contractors of Subcontractors agents, servants, employees, invitees and/or assigns, in the performance or nonperformance of the provisions of work to be contracted. (Rest of page intentionally blank) LCWA BID # Page 8

9 PROPOSAL TO: PROJECT: LAKE COUNTY WATER AUTHORITY S.R. 19 Tavares, Florida Floating Dock Replacements for Hickory Point Park The undersigned CONTRACTOR hereby declares that the only person or persons interested in the bid as principal or principals is or are named herein, and that no other person than herein mentioned has any interest in this bid or in the contract to be entered into; that his bid is made without connection with any other person, company, or parties making a bid or proposal; and that it is in all respects fair and in good faith without collusion or fraud. The CONTRACTOR further declares that he has examined the site of the work and is familiar with the project area (boat ramp of the LCWA Hickory Point Park) and informed himself fully in regard to all conditions pertaining to the place where the work is to be done; that he has examined the floating docks diagrams presented in Appendix A, and specifications for the work and contractual documents relative thereto, and has read all special provisions furnished prior to the submission of bids; and that he has satisfied himself relative to the work to be performed. The CONTRACTOR proposes and agrees, if this bid is accepted, to contract with the LCWA as listed above, in the form specified for the Floating Dock Replacements for Hickory Point Park in full and complete accordance with the shown, noted, described, and reasonably intended requirements of the construction diagrams, specifications, and contract documents, to the full and entire satisfaction of the LCWA or his representative. The CONTRACTOR further agrees to execute (sign) the said contract documents within ten (10) consecutive calendar days after written notice being given of the award of the contract. The CONTRACTOR agrees to commence work (manufacturing / installation of floating docks) under this contract within fifteen (15) consecutive calendar days after the date contained in the written notice to proceed. The Work will be substantially completed within 60 days after the date when the Contract Times commence to run, and completed and ready for final payment within 70 days after the date when the Contract Times commence to run. LCWA BID # Page 9

10 The Contractor: A. Acknowledges receipt of: 1. Floating docks diagrams as prepared by for the Lake County Water Authority. 2. Addenda: Number Number Number Number Number Dated Dated Dated Dated Dated B. Has examined the site and all Bidding Documents and understands that in submitting his Bid, he waives all right to plead by any misunderstanding regarding the same. C. Agrees: 1. To hold this Bid open for 90 calendar days after the bid opening date. 2. To enter into and execute a contract with the LCWA based upon the awarded Bid plus any or all additive Bid alternates, if awarded on the basis of this Bid. 3. To accomplish the work in accordance with the Contract Documents. 4. To begin work as outlined in this Proposal. D. Acknowledges that the bid is being developed for the Floating Dock Replacements for Hickory Point Park. (Rest of page intentionally blank) LCWA BID # Page 10

11 E. Bidder will complete the work in accordance with the proposed floating docks diagram and guidelines listed in Appendix A, the General Conditions and Specifications and a total lump price. LUMP SUM - PRICE WORK Item Description No. 1 Submittal of PE Sign & Seal Drawings of Proposed Floating Docks 2 Manufacturing of three (3) new floating docks per Appendix A, #4 Sheet 3 Mobilization and Demobilization 4 Removal of three (3) old floating docks at boat ramp for later LCWA use 5 Installation of three (3) new floating docks per Appendix A, #4 Sheet 6 Installation of three (3) wood pilings per Appendix A, #4 Sheet 7 Installation of pilings rollers per Appendix A, #4 Sheet Note: The project permit is not part of bid & is the sole responsibility of LCWA Lump sum amount to include the seven (7) tasks listed above: TOTAL $ (total bid words) (total bid numerals) All specific cash allowances are included in the above price. The bids shall cover all costs associated with this work and no additional compensation will be considered for adjustments to any quantities of work. F. All bid items shall include all materials, equipment, labor, taxes, test, surveys, miscellaneous costs of all types, overhead, profit for the items to be complete, in-place and ready for operation as shown and specified. Any item of work for which there is not a Bid item shall be considered incidental to the contract and the cost for such work shall be included in the unit prices. NAME OF CONTRACTOR: ADDRESS: PROJECT MANAGER: TITLE: DATE: OFFICE PHONE: CELL PHONE: ADDRESS: LCWA BID # Page 11

12 The following is a complete list of all of the subcontractors to be used if the undersigned is awarded the contract for this project: TYPE OF WORK SUBCONTRACTOR NAME AND ADDRESS FOR LCWA BID # Page 12

13 PREVIOUS SIMILAR EXPERIENCE REFERENCES The following previous similar experience references are furnished as examples of our capabilities and past performance. They may be freely contacted to confirm the following statements, and any other related information that will confirm our capabilities. (Minimum = 1, maximum = 3 references) 1. Project Name: Project Description and Location: Description of Services that we performed: Contract Cost: Duration: Total Value of Change Orders and Contract Adjustments: Client Name: Client Contact Person: Address: Telephone: FAX: 2. Project Name: Project Description and Location: Description of Services that we performed: Contract Cost: Duration: Total Value of Change Orders and Contract Adjustments: Client Name: LCWA BID # Page 13

14 Client Contact Person: Address: Telephone: FAX: 3. Project Name: Project Description and Location: Description of Services that we performed: Contract Cost: Duration: Total Value of Change Orders and Contract Adjustments: Client Name: Client Contact Person: Address: Telephone: FAX: (Rest of page intentionally blank) LCWA BID # Page 14

15 SWORN STATEMENT PURSUANT TO SECTION (3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to Lake County Water Authority [Print name of the public entity] by [Print individual's name and title] for [Print name of entity submitting sworn statement] whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement):. 2. I understand that a "public entity crime" as defined in Paragraph (1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any RFP or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that "convicted" or "conviction" as defined in Paragraph (1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjuring trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in Paragraph (1)(a), Florida Statutes means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph (1) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which RFP or applies to RFP on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. I understand that 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 RFP, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a RFP, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit RFP, proposals, or replies 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 s for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted. 7. Based on vendor list information and belief, the statement, which I have marked below, is true in relation to the entity submitting this LCWA BID # Page 15

16 sworn statement [Indicate which statement applies.] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity, nor any contractor, supplier, subcontractor, or consultant for this contract, has been charged with and convicted of a public entity crime subsequent to July 1, The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list [attach a copy of the final order] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Entity Name: Date: Printed Name: Authorized Signature: LCWA BID # Page 16

17 DRUG-FREE WORKPLACE PROGRAM CERTIFICATION Drug-free Workplace Program Requirements: Pursuant to Section , Florida Statutes, whenever two or more RFP 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 RFP received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. 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 person's or entity's policy of maintaining a drug-free workplace, available drug counseling, rehabilitation, 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 RFP, a copy of the statement specified in subsection 1 (above). 4. In the statement specified in subsection 1 (above), notify the employees that, as a condition of working on the commodities or services that are under RFP, solicitation, or contract, the employee will abide by the terms of the statement and will notify the employer of any conviction or plea of guilty or nolo contendere and violation of Chapter 893 or any controlled substance law of the United States or any state, or a violation occurring in the workplace, no later than five 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, 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. The undersigned hereby certifies that the business named below has implemented and maintains a Drug-free Workplace Program in compliance with the requirements of Section , Florida Statutes. Entity Name: Date: Printed Name: Authorized Signature: Note: If your business meets the requirements of Section , Florida Statutes, complete and return this form with your RFP. LCWA BID # Page 17

18 EQUAL EMPLOYMENT OPPORTUNITY POLICY STATEMENT It is the policy of (Contractor) (Name of firm) to provide equal employment opportunity to present and prospective employees without regard to race, color, sex, religion, disability, or national origin, or any other extraneous consideration not directly and substantively related to merit or performance. The Contractor will take affirmative action when necessary to achieve equal employment opportunity in selection and all other personnel actions without regard to race, color, sex, religion, disability, or national origin, or any other extraneous consideration not directly and substantively related to merit or performance. Such action shall include, but not be limited to the following: Hiring, employment, promotion, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, recall, rates of pay, benefits and other forms of compensation, and selection for training, including apprenticeship. Authorized Representative Date Title LCWA BID # Page 18

19 GENERAL CONDITIONS AND SPECIFICATIONS Floating Dock Replacements for Hickory Point Park LAKE COUNTY WATER AUTHORITY 1. Prior to the manufacturing of the floating docks, the CONTRACTOR shall provide for the approval of the LCWA: Public Engineer (PE) sign and seal drawings of the floating docks with scale dimensions, materials and loadings specs. 2. Contractor shall provide complete details on the dock manufacture, materials and installation warranty. 3. The size being proposed for the Floating Docks is approximately 9 x16. The proposed width of the Floating Docks cannot exceed 9.0 ft. because it will interfere with the launching of the boat at the boat ramp. Contractor will be responsible to properly size the floating docks to fit the existing concrete pilings, as well as to properly size the proposed wood pilings. 4. The CONTRACTOR shall secure the floating docks installation area to prevent accidents to the guests of Hickory Point Park. 5. The CONTRACTOR shall provide access to the LCWA s representative for the purposes of monitoring and recording the progress of the work for the duration of the project. Any conflict between the scope of work, specifications, maps, and construction diagrams shall be promptly identified by the CONTRACTOR to the LCWA s Representative for resolution. 6. Commencement, Prosecution, and Completion: Upon receipt of the executed contract, the CONTRACTOR shall commence with work items that may begin immediately such as ordering of materials (i.e. manufacturing of floating docks), mobilizing equipment, and setting up work area or any other preparatory efforts of the CONTRACTOR s responsibility. 7. Area Available to CONTRACTOR: The CONTRACTOR shall confine his storage and other activities related to the work to the area(s) designated by the LCWA. In addition, the CONTRACTOR shall provide his own site security. 8. Layout of Work: The CONTRACTOR will take care not to damage the property outside this scope of work. Locations may be removed, added or modified as the LCWA deems necessary, and with the agreement of the CONTRACTOR. 9. Sanitary Facilities: The Hickory Point Park has public sanitary facilities near the boat ramp - project area. 10. The CONTRACTOR will provide and maintain during the life of the contract, environmental protection as defined herein. The CONTRACTOR will comply LCWA BID # Page 19

20 with all construction permit stipulations, as well as, with all federal, state, and local regulations pertaining to water, air, and noise pollution. 11. Erosion and sediment Control: During the piling installation, the contractor shall use proper turbidity control methods to protect the lake. 12. Installation of new floating docks shall not exceed 2 weeks. The boat ramp where the installation is taking place can only be closed during weekdays, and must be reopen for the weekends to allow public access. 13. CONTRACTOR s Schedule: The CONTRACTOR s Schedule shall be submitted to the LCWA s representative no later than ten (10) calendar days after Notice to Proceed. 14. Liquidated Damages. The CONTRACTOR will have fifteen (15) calendar days to begin work after receiving the Notice to Proceed and must complete all work within the time required by the Agreement. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement, and that OWNER will suffer financial loss if the work is not begun and completed within the times specified in the Agreement. OWNER and CONTRACTOR, also, recognize the delays, expense and difficulties involved in proving the actual loss suffered by OWNER if the Work is not begun and completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER One Hundred Fifty dollars ($150.00) for each calendar day that expires after the time specified for initiation of the work and for completion of the work as specified in the Agreement until the work is complete. 15. Payment: Upon completion of the project, the CONTRACTOR will submit to the LCWA an invoice for the services rendered based on the lump sum amount and quantities detailed under the Contract. LCWA 16. Equipment: The CONTRACTOR shall provide, operate, and maintain for the project any portable equipment necessary to complete the work outlined in Appendix A. It is the CONTRACTOR s responsibility to determine the correct size/dimension of the proposed floating docks and pilings, as well as any accessory equipment (i.e. piling rollers) to complete the project as proposed. The CONTRACTOR shall provide all required PPE for their staff, and PPE will be worn at all times. CONTRACTOR shall be equipped with any tools necessary for the project. LCWA BID # Page 20

21 APPENDIX A DIAGRAMS & SPECIFICATION PROPOSED FLOATING DOCK REPLACEMENTS FOR THE BOAT RAMP AT HICKORY POINT PARK Sheet Index 1. Project Location: West Boat Ramp-Hickory Point Park 2. Pictures of Floating Docks at West Boat Ramp 3. Existing Floating Docks Diagram 4. Proposed Floating Docks Diagram & Specifications LCWA BID # Page 21

22 Sheet #1 Project Location: West Boat Ramp at Hickory Point Park (27341 SR 19 Tavares, FL 32778) LCWA BID # Page 22

23 Sheet #2 Pictures of Existing Floating Docks at West Boat Ramp Side View of the Floating Docks Front View of a Floating Dock LCWA BID # Page 23

24 Sheet #3 NOTE: THIS DIAGRAM IS NOT TO SCALE AND SHOWS ONLY THE APPROXIMATELY DIMENSIONS OF THE EXISTING FLOATING DOCKS AT THE WEST BOAT RAMP LCWA BID # Page 24

25 Sheet #4 (Round or Square) Required Specs. & Accessories for Each Floating Dock Marine grade, 6061-T6 welded aluminum E channel frame Aluminum float (pontoon float system) ~18 freeboard and ~40 PSF live load Slip resistant aluminum decking with four(4) cleats Pressure treated pine fender & vinyl P bumper on 3 sides, corners included 2 each, internal 4-roller pile guides for the two (2) existing concrete Pilings 1 each, external hoop and roller pile guide for the new wood piling Wood pilings will be: 8 in diameter and #1 pressure treated lumber. The suggested length of the pilings will be approx. 23 ft. (10 ft. below the lake bottom + 9 ft. water depth + 4 ft. above water to compensate for lake fluctuation = 23 ft.). It be the responsibility of the CONTRACTOR to verify the water depth at the floating docks prior to ordering the pilings. NOTE: THIS DIAGRAM IS NOT TO SCALE AND ONLY SHOWS THE PROPOSED DIMENSION FOR THE NEW FLOATING DOCKS. THE CONTRACTOR WILL BE RESPONSIBLE TO PROPERLY SIZE THE DOCK TO FIT THE EXISTING CONCRETE PILINGS & NEW WOOD PILINGS LCWA BID # Page 25

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

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

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

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

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

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

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

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

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

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

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

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

ST. JOHNS RIVER STATE COLLEGE FOUNDATION, INC ST. JOHNS AVENUE PALATKA, FLORIDA (386)

ST. JOHNS RIVER STATE COLLEGE FOUNDATION, INC ST. JOHNS AVENUE PALATKA, FLORIDA (386) ST. JOHNS RIVER STATE COLLEGE FOUNDATION, INC. 5001 ST. JOHNS AVENUE PALATKA, FLORIDA 32177 (386) 312-4270 REQUEST FOR PROPOSAL THE ST. JOHNS RIVER STATE COLLEGE FOUNDATION, INC. IS ACCEPTING SEALED PROPOSALS

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

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

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

REQUEST FOR PROPOSALS FOR $3,700,000 LINE OF CREDIT NON-REVOLVING TAX-EXEMPT NON-BANK QUALIFIED SPECIAL ASSESSMENTS PROGRAM PROJECT #: LOC-1501

REQUEST FOR PROPOSALS FOR $3,700,000 LINE OF CREDIT NON-REVOLVING TAX-EXEMPT NON-BANK QUALIFIED SPECIAL ASSESSMENTS PROGRAM PROJECT #: LOC-1501 REQUEST FOR PROPOSALS FOR $3,700,000 LINE OF CREDIT NON-REVOLVING TAX-EXEMPT NON-BANK QUALIFIED SPECIAL ASSESSMENTS PROGRAM PROJECT #: LOC-1501 Distributed: December 4, 2015 Responses Due: January 6, 2016

More information

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

Invitation to Bid-B A Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Invitation to Bid-B-06-01-A 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 (Fire

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

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

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION Construction Purchasing Department 3661 Interstate Park Rd. N., 2 nd Floor Riviera Beach, FL 33404 Phone:

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

SUBCONTRACTOR PRE-QUALIFICATION STATEMENT

SUBCONTRACTOR PRE-QUALIFICATION STATEMENT SUBCONTRACTOR PRE-QUALIFICATION STATEMENT Instructions: All subcontractor and supplier firms (a.k.a. Subcontractor ) soliciting to bid projects with (hereinafter referred to as Jacquin & Sons ) are required

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

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

OFFICIAL BID FORM & BID DOCUMENTS

OFFICIAL BID FORM & BID DOCUMENTS OFFICIAL BID FORM & BID DOCUMENTS TOWN OF LAKE PLACID 2019-01 LAKE JUNE PARK PAVILION AND RESTROOM IMPROVEMENTS BIDS DUE 1:00 PM, Wednesday February 27, 2019 SUBMIT SEALED BIDS TO: TOWN OF LAKE PLACID

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

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

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

THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM

THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM Pursuant to State Requirements for Educational Facilities, Chapter 4, Section 4.1 Prequalification of Contractors

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

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

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

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

Dedicated to Excellence... People Serving People

Dedicated to Excellence... People Serving People Dedicated to Excellence..... People Serving People Purchasing Department 519 East 7th Street (32401) Phone 850-872-3070 Fax 850-872-3069 www.pcgov.org INVITATION FOR BIDS STAINLESS STEEL CABINETRY AND

More information

ITB Document and updates are on the College website:

ITB Document and updates are on the College website: INVITATION TO BID Cosmetology Kits ITB #17-005 INVITATION TO BID ITB 18-005-Welding Equipment Date Issued: October 26, 2017 ITB Document and updates are on the College website: http://www.daytonastate.edu/bussvcs/bids.html

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

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

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

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

West Ridge Park Ballfield Light Pole Structural Assessment

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

More information

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

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

More information

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT 06880 203 341-1002 SPECIFICATION COVER SHEET BID #18-002-BOE VENDOR MUST ENCLOSE TWO COPIES OF THIS SPECIFICATION COVER SHEET and TWO COPIES OF

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

3B 72) 1.0 INTRODUCTION

3B 72) 1.0 INTRODUCTION 1.0 INTRODUCTION Peace River Manasota Regional Water Supply Authority Request for Statement of Qualifications From s For Regional Integrated Loop System Phase 3B Interconnect Project (Preymore Interconnect

More information

Dedicated to Excellence... People Serving People

Dedicated to Excellence... People Serving People Dedicated to Excellence... People Serving People Purchasing Department 519 East 7th Street (32401) Phone 850-872-3070 Fax 850-872-3069 www.pcgov.org INVITATION FOR BIDS SPLASH PAD SURFACING The City of

More information

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

More information

INVITATION TO BID ISSUE DATE: Nov. 17, 2015

INVITATION TO BID ISSUE DATE: Nov. 17, 2015 INVITATION TO BID ISSUE DATE: Nov. 17, 2015 City of Fort Walton Beach, Florida BID NO: ITB 16-002 Purchasing Division 105 Miracle Strip Pkwy SW OPENING DATE: Dec. 15, 2015 Fort Walton Beach, Florida 32548

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA RFQ #: 15-Q-055 Due Date: August 7, 2015 @ 3:00 pm Mail Date: July 21, 2015 Buyer: Jesus M. Vieiro 321-567-3733 Respond: 555 South Washington Avenue (PO Box 2806) Titusville, Florida 32796 (32781-2806)

More information

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

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

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) Purchasing Division INVITATION TO BID (ITB) 18-038 CONCRETE CULVERTS (Annual Bid) April 2018 TABLE OF CONTENTS INVITATION...3 SECTION I. GENERAL TERMS AND CONDITIONS... 4 SECTION II. THE COUNTY S RESERVATION

More information

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT 06880 203 341-1002 SPECIFICATION COVER SHEET BID #16-025-BOE PURCHASE OF DATAMATION CHROMEBOOK CARTS VENDOR MUST ENCLOSE TWO COPIES OF THIS SPECIFICATION

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

REQUEST FOR PROPOSALS FOR THE CITY OF FORT MEADE, FLORIDA. RFP #18-03 Construction Services for City Mobile Home Park:

REQUEST FOR PROPOSALS FOR THE CITY OF FORT MEADE, FLORIDA. RFP #18-03 Construction Services for City Mobile Home Park: REQUEST FOR PROPOSALS FOR THE CITY OF FORT MEADE, FLORIDA RFP #18-03 Construction Services for City Mobile Home Park: Craft Shack/Laundry Building Roofing, Flooring, and related repairs Issued By: Purchasing

More information

REQUEST FOR PROPOSAL INVESTMENT MONITOR/ CONSULTANT

REQUEST FOR PROPOSAL INVESTMENT MONITOR/ CONSULTANT WEST PALM BEACH POLICE PENSION FUND REQUEST FOR PROPOSAL INVESTMENT MONITOR/ CONSULTANT The Board of Trustees of the West Palm Beach Police Pension Fund is seeking proposals from qualified proposers to

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

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

More information

Return responses no later than. FRIDAY, SEPTEMBER 29, 2017 by 2:00 PM (EST)

Return responses no later than. FRIDAY, SEPTEMBER 29, 2017 by 2:00 PM (EST) REQUEST FOR QUOTE FOR CONTRACT NO.: EQ-1610 REBUILD 250 HP GENERAL ELECTRIC MOTOR FOR THE JACKSONVILLE PORT AUTHORITY Return responses no later than FRIDAY, SEPTEMBER 29, 2017 by 2:00 PM (EST) to Jacksonville

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

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-09 FLEET DIVISION (Garage, Golf & Airport)

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-09 FLEET DIVISION (Garage, Golf & Airport) CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-09 FLEET DIVISION (Garage, Golf & Airport) INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for annual requirements

More information

FRANKLIN COUNTY EMERGENCY MANAGEMENT FRANKLIN COUNTY, FLORIDA

FRANKLIN COUNTY EMERGENCY MANAGEMENT FRANKLIN COUNTY, FLORIDA FRANKLIN COUNTY EMERGENCY MANAGEMENT FRANKLIN COUNTY, FLORIDA REQUEST FOR QUALIFICATION FOR EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES The Board of County Commissioners

More information

INVITATION TO BID. ITB WDSC-TV Cameras

INVITATION TO BID. ITB WDSC-TV Cameras INVITATION TO BID ITB 18-017 WDSC-TV Cameras Date Issued: May 11, 2018 Daytona State College is seeking bids from qualified firms to provide (services/equipment). Details and requirements needed by the

More information

INVITATION FOR BID PAINTING SERVICES PALATKA HOUSING AUTHORITY

INVITATION FOR BID PAINTING SERVICES PALATKA HOUSING AUTHORITY INVITATION FOR BID PAINTING SERVICES PALATKA HOUSING AUTHORITY The PHA plans to issue an IFB on August 29, 2013 for Painting Services. Sealed bids will be accepted by the Palatka Housing Authority (PHA),

More information

Request for Proposal

Request for Proposal H. INVITATION TO BID ATC Water Chiller ITB #17-003 Request for Proposal RFP #18-016: Adults with Disabilities Program Date Issued: April 25, 2018 Daytona State College is seeking proposals from qualified

More information

REQUESTS FOR PROPOSALS

REQUESTS FOR PROPOSALS REQUESTS FOR PROPOSALS Consulting Services for the Village of Oswego to Complete a Software Needs Assessment Village of Oswego 100 Parkers Mill Oswego, IL 60543 Proposals must be submitted by Thursday,

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m. PUR666 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE September 2, 2015 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide

More information

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

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the removal of wood waste for the Forestry Division Instructions to Bidders 1. An advertisement

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

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

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

More information

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF HP CHROMEBOOKS

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF HP CHROMEBOOKS WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT 06880 203 341-1002 SPECIFICATION COVER SHEET BID #18-013-BOE PURCHASE OF HP CHROMEBOOKS VENDOR MUST ENCLOSE TWO COPIES OF THIS SPECIFICATION COVER

More information

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above. AGREEMENT BETWEEN DEPARTMENT AND CONTRACTOR STATE PROJECT NO.: STATE MINORITY VENDOR DESIGNATION DRAWINGS: FDACS PROJECT NAME AND LOCATION: SPECIFICATIONS: THIS AGREEMENT made this day of in the year.

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # UTILITIES

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # UTILITIES CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # 16-14 UTILITIES INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for work on the North Fletcher Drainage Project

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time. SALE OF PROPERTY INVITATION TO BID Bidder Acknowledgment Form ADAM H. PUTNAM COMMISSIONER BID SALE NO.: SOP/FFS-13/14-03 REBID Agency Mailing Date: October 11, 2013 Page 1 of 11 Pages SUBMIT BIDS TO: Reason

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY DIVISION OF ENGINEERING & CONSTRUCTION

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

PLEASANTVILLE HOUSING AUTHORITY

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

More information

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

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

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

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

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

More information

REQUEST FOR PROPOSALS REPLACEMENT OF BOAT DOCKS AT MORLEY S WHARF

REQUEST FOR PROPOSALS REPLACEMENT OF BOAT DOCKS AT MORLEY S WHARF REQUEST FOR PROPOSALS REPLACEMENT OF BOAT DOCKS AT MORLEY S WHARF I. INTRODUCTION The County of Northampton, Virginia (hereinafter referred to as County and/or Owner ) is accepting sealed bids from qualified

More information

BIDDING AND CONTRACT DOCUMENTS ITB

BIDDING AND CONTRACT DOCUMENTS ITB BIDDING AND CONTRACT DOCUMENTS MARTIN LUTHER KING JR. BOULEVARD SIDEWALK EXTENSION HIGHLANDS COUNTY PROJECT NO. 15005 ENGINEERING DEPARTMENT 505 S. COMMERCE AVENUE SEBRING, FLORIDA (863) 402-6877 August

More information

INVITATION TO BID ISSUE DATE: May 3, 2016

INVITATION TO BID ISSUE DATE: May 3, 2016 INVITATION TO BID ISSUE DATE: May 3, 2016 City of Fort Walton Beach, Florida BID NO: ITB 16-011 Purchasing Division 105 Miracle Strip Pkwy SW OPENING DATE: May 24, 2016 Fort Walton Beach, Florida 32548

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

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

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

Invitation to Bid Network/Communication Systems Cabling, Maintenance and Supplies /2016

Invitation to Bid Network/Communication Systems Cabling, Maintenance and Supplies /2016 Invitation to Bid Network/Communication Systems Cabling, Maintenance and Supplies 5-2015/2016 Due: August 20, 2015, @ 2:00 PM, Local Time Pensacola State College is soliciting sealed bids for the above

More information

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal

More information

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES RFP # 2018-06 SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES The Baker County Board of County Commissioners, Florida (County) will receive sealed proposals until 3:00 p.m. local time, on April

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)

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

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

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

More information

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