General Specifications and Requirements for Brush Clearing Services with Brontosaurus For The San Francisco Public Utilities Commission

Size: px
Start display at page:

Download "General Specifications and Requirements for Brush Clearing Services with Brontosaurus For The San Francisco Public Utilities Commission"

Transcription

1 ITSF /CD RQUW General Specifications and Requirements for Brush Clearing Services with Brontosaurus For The I. General Requirements A. This bid is to provide brush clearing and mowing services for the San Francisco Public Utilities Commission (SFPUC). B. Bidders shall refer to Bid Sheets and Attachment A for additional specifications and requirements. C. Bidders wishing to inspect the site and/or review work area maps prior to bidding are required to contact Guido Ciardi, Area Manager, at (650) One bid walk will be scheduled to inspect the project site. Failure to inspect site or review work area maps prior to bidding shall not excuse the successful bidder from any obligations of the contract. D. The awarded vendor is required to make arrangement with Guido Ciardi at (650) prior to starting work. E. The awarded vendor may be required to complete and submit an access permit application and a key request form for operations within the Watershed, contact Gloria Ng at for detailed information. F. The Minimum Compensation Ordinance (MCO) and Health Care Accountability Ordinance (HCAO) requirements apply to this Invitation to Bid. For additional information, see Attachment A, Special Bid Conditions No. G39 (MCO) and G40 (HCAO). G. Bidder must meet all applicable City, State, and Federal regulatory requirements and standards. H. The bid document and all attached forms must be filled out completely and submitted with your bid package. Any incomplete bid package may result in the rejection of you bid. II. Brush Clearing Services with Brontosaurus - Requirements: A. Bid Line Item No. 1 is to create, widen, and maintain existing fuel breaks along both urban interface areas and major ridge tops on the Peninsula Watershed lands. B. Contractor shall provide and use a "Brontosaurus" brand machine on a track-laying excavator with "street groosers" platform for said work and have the ability to bring additional "brontosaurus" machines to the job site if necessary, as directed by the SFPUC Area Manager. Said excavator shall be outfitted with an auxiliary power-pack (Pony Pack) to power the "Brontosaurus" head. ITSF /CD 1

2 ITSF I/CD C. Contractor shall also provide and use a second machine (mulching head) outfitted with a front-mounted, flail hammer type mulching/brush-cutting head, mounted on a narrow tracked cartridge, providing a minimum clearing width of fifty-seven (57) inches, with a minimum of eighty-three (83) horsepower, an not exceeding twenty thousand (20,000) pounds total weight. Total machine weight not to exceed 35,000 lbs. Said machine shall be capable of clearing brush up to three (3) inches in diameter in a forward direction, at a rate of one (1) acre per three (3) hours, on the gentle slopes. The Brontosaurus and the mulching head machines will be operated in tandem. D. Contractor to cut and mulch vegetation as directed by SFPUC personnel, in a mosaic pattern for approximately eighty (80) days, averaging a minimum of two and one-half (2.5) acres per day production rate. Work shall be stated no later than April 1, 2016 and completed by October 1, Extension ofthe work deadline by department approval upon written request only. Pending award date of contract, scheduling may be revised by SFPUC Area Manager. E. Contractor will supply three hundred (300) gallon fire ready Water-Buffalo (or approved mobile fire pumper unit) for fire suppression, ground person with chainsaw (for fire watchman needs, limb pruning, and general technical support), and include sterilization of equipment prior to move-in and move-out, to protect from spread of sudden oak death (SOD) disease. When moving locations within watershed lands, all equipment will be washed with a pressure sprayer with plain water prior to transport to new cut and mulch areas to reduce transport of invasive exotic vegetation. All equipment will have ABC extinguisher. F. Equipment operator (s) shall be fully experienced in the operation of the specified equipment. G. All internal combustion machines must spark arrestor or spark arresting exhaust system. H. In the event of inclement weather, high fire hazard conditions or improper operations resulting in damage to natural resources, the SFPUC area manager is authorized to terminate the job. Delays may occur, and should be taken into consideration. I. City will provide 2 or 3 hours of environmental training and all employees assigned to job must attend. J. Bid price shall include cost of labor and all equipment, operator(s), move-in, moveout, and sterilization of equipment. This bid will consist of 3 mobilizations where transport will be necessary. Contractor will be responsible for providing traffic control where necessary. K. Hazardous Materials Spill Kit must be on site. L. Job duration is approximately eighty (80) days, or six hundred forty (640) hours. One job = six hundred forty (640) hours. City will provide environmental training and all employees must attend. 2

3 ITSF /CD M. Billing shall be on hourly basis. Total job cost shall equal the number of specified estimated hours times the hourly rate. Spill kit must be on site. N. The Brontosaurus and the additional mulching-head machine shall be used in tandem at an approximate equal number of hours daily. Hourly bid rates shall be indicated for each machine. The average hourly rate of the two equipment rates (if different) shall be used to calculate the total job cost (or "extended price"). Actual use time on each individual machine shall be tracked separately during operations and billed for at the specified individual rates, not to exceed to extended price. O. Bidder to specify the make and model of the mulching machine below: Make: Model: P. Bidders are required to quote the hourly rate (s) and extended price (s) below: Machine Type Hourly Rate Hours Extended Price Brontosaurus $ 320 $ Mulching Head $ 320 $ Bidders MUST transfer these prices to the BID SHEET. IV. Price A. Pricing (in U.S. dollars and cents) must be quoted in the space provided on the City's Bid Sheet. Any other notations in the spaces or pricing not filled in will deem your bid non-responsive. B. Bid prices shall be firm from the award date through completion of the project. V. Payment A. Vendors may invoice monthly. The City will process payments monthly for services rendered during that invoice period. VI. Insurance Prior to award, the successful bidder or bidders will be required to furnish Evidence of Insurance as follows: A. Without in any way limiting Contractor's liability pursuant to the "Indemnification" section of this Agreement, Contractor must maintain in force, during the full term of the Agreement, insurance in the following amounts and coverages. (1) Workers' Compensation, in statutory amounts, with Employers' Liability Limits not less than $1,000,000 each accident, injury, or illness; and 3 RQUW169071I1

4 ITSF /CD (2) Commercial General Liability Insurance with limits not less than $1,000,000 each occurrence Combined Single Limit for Bodily Injury and Property Damage, including Contractual Liability, Personal Injury, Products and Completed Operations; and (3) Commercial Automobile Liability Insurance with limits not less than $1,000,000 each occurrence Combined Single Limit for Bodily Injury and Property Damage, including Owned, Non-Owned and Hired auto coverage, as applicable. B. Commercial General Liability and Commercial Automobile Liability Insurance policies must provide the following: (1) Name as Additional Insured the City and County of San Francisco, its Officers, Agents, and Employees. (2) That such policies are primary insurance to any other insurance available to the Additional Insureds, with respect to any claims arising (3) out of this Agreement, and that insurance applies separately to each insured against whom claim is made or suit is brought. C. All policies shall provide thirty (30) days' advance written notice to City of reduction or non-renewal of coverages or cancellation of coverages for any reason. Notices shall be sent to the following address: City and County of San Francisco 525 Golden Gate Avenue, 7 lh floor Attn: PUC Purchasing San Francisco, CA D. Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this Agreement and, without lapse, for a period of three years beyond the expiration of this Agreement, to the effect that, should occurrences during the contract term give rise to claims made after expiration of the Agreement, such claims shall be covered by such claims-made policies. E. Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit or provides that claims investigation or legal defense costs be included in such general annual aggregate limit, such general annual aggregate limit shall be double the occurrence or claims limits specified above. F. Should any required insurance lapse during the term of this Agreement, request for payments originating after lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this Agreement, effective as of the lapse date. If insurance is not reinstated, the City may, at its sole option, terminate this Agreement effective on the date of such lapse of insurance. 4

5 ITSF /CD G. Before commencing any operations under this Agreement, Contractor shall furnish to City certificates of insurance and additional insured policy endorsements with insurers with ratings comparable to A-, VII or higher, that are authorized to do business in the State of California, and that are satisfactory to City, in form evidencing all coverages set forth above. Failure to maintain insurance shall constitute a material breach of this Agreement. H. Approval of the insurance by City shall not relieve or decrease the liability of Contractor hereunder. VII. Failure to Execute Contract Within ten days of receipt of a notice of tentative award, the bidder shall deliver the specified insurance certificate to City. If the bidder fails or refuses to furnish the required insurance within ten days after receiving notice Purchasing may, at its option, determine that this bidder has abandoned its bid. Thereupon the tentative award of said contract to this bidder may be cancelled and rejected as "non-responsive". 5

1. In order to receive consideration, Bidder must have technical knowledge and experience as stated below.

1. In order to receive consideration, Bidder must have technical knowledge and experience as stated below. I. General Requirements A. This bid is for removing and reinstalling six (6) Flexi-Liner Tl liners (no substitution) in six (6) chemical tanks at the SFPUC Sunol Valley Chlorination Facility (SVCF) as

More information

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3006DF DATE: 29 Please quote the lowest prices at which you will furnish

More information

1. Intake Radio Site, (IRS), N, W General Scope: One indoor rack with two hot standby radios and equipment.

1. Intake Radio Site, (IRS), N, W General Scope: One indoor rack with two hot standby radios and equipment. I. General Requirements A. This bid is to furnish and deliver Microwave Communications equipment, as well as support for initial onsite installation utilizing Installation will be done by SFPUC. Installation

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

BID ADDENDUM DOCUMENT PAGE: 001 BIDDERS YOU MUST SIGN, DATE, AND RETURN THIS ADDENDUM WITH THIER BID.

BID ADDENDUM DOCUMENT PAGE: 001 BIDDERS YOU MUST SIGN, DATE, AND RETURN THIS ADDENDUM WITH THIER BID. BID ADDENDUM DOCUMENT PAGE: 001 CITY AND COUNTY OF SAN FRANCISCO PURCHASING CENTRAL OFFICE - ROOM 43 0 CITY HALL, 1 DR CARLTON B GOODLETT PLACE SAN FRANCISCO, CA 94102 BUYER : HOWARD TEVELSON PHONE : (415)

More information

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES to perform an ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING CHOICE 24 C.F.R. 570.601 (a) (2) 24 C.F.R. 91.225 (a) June 27, 2011 ALL PROPOSALS ARE

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS

GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: 1. THE PRICES, TERMS AND CONDITIONS OF THIS AGREEMENT #, ATTACHMENT A SPECIAL TERMS AND CONDITIONS, ATTACHMENT A_1 SECURITY, EXHIBIT 1 MANUFACTURER

More information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

More information

PROPOSAL GUIDE RAIL VEGETATION CONTROL

PROPOSAL GUIDE RAIL VEGETATION CONTROL 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 AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016 CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco Contract No. 2784 Pier 23 Roof Repair ADDENDUM No. 1 Issued: December 16, 2016 The following clarifications, changes, additions or deletions are incorporated

More information

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY DISTRICT BOARD Megan Clark Russ Greenfield Larry Loder Craig K. Murray Judy Schriebman DISTRICT ADMINISTRATION Mark R. Williams, General Manager Michael Cortez, District Engineer Janice Mandler, Collection

More information

IRFQ #R15-04: FRIDAY NIGHT LIVE

IRFQ #R15-04: FRIDAY NIGHT LIVE IRFQ #R15-04: FRIDAY NIGHT LIVE INSTRUCTIONS: The Fillable Forms Template must be submitted in total with all required ATTACHMENTS and documents. Bidders that do not comply with the requirements, and/or

More information

CITY OF ROMULUS CHAPTER 39: PURCHASING

CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS ORDINANCE NO. AN ORDINANCE TO AMEND PORTIONS OF CHAPTER 39 AND TO ADD ADDITIONAL SECTIONS TO CHAPTER 39 OF THE PURCHASING ORDINANCE OF THE CITY OF

More information

Montour Area Recreation Commission (MARC) North Branch Canal Trail Construction Invitation to Bid. Application Terms and Conditions

Montour Area Recreation Commission (MARC) North Branch Canal Trail Construction Invitation to Bid. Application Terms and Conditions (MARC) North Branch Canal Trail Construction Invitation to Bid Application Terms and Conditions Sealed bids for North Branch Canal Trail construction will be received by MARC at any time until Monday,

More information

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

TEMPORARY SERVICE APPLICATION (HYDRANT METERS) TEMPORARY SERVICE APPLICATION (HYDRANT METERS) Order Taken By: Account No: Date: Work Order No.: TYPE (Please check one) New Service Exchange Meter Relocate Meter Discontinue Service BILLING DATA SERVICE

More information

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # 651-674-7546 Sealed Request for Proposals, plainly marked RFP # 12-2 Road Grading Services City

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

More information

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals for Critical Spare Parts for General Electric LM6000 PC Sprint Gas Turbines at the Canyon Power Plant, Anaheim, California RFP Date: October

More information

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay. responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay. (h) Primary Coverage. For claims arising out of or relating to work on the Specific Project, Tenant s insurance

More information

DOWNTOWN REDEVELOPMENT AUTHORITY CITY OF HOUSTON TAX INCREMENT REINVESTMENT ZONE #3 PUBLIC IMPROVEMENTS REIMBURSEMENT GUIDELINES

DOWNTOWN REDEVELOPMENT AUTHORITY CITY OF HOUSTON TAX INCREMENT REINVESTMENT ZONE #3 PUBLIC IMPROVEMENTS REIMBURSEMENT GUIDELINES OBJECTIVE DOWNTOWN REDEVELOPMENT AUTHORITY CITY OF HOUSTON TAX INCREMENT REINVESTMENT ZONE #3 PUBLIC IMPROVEMENTS REIMBURSEMENT GUIDELINES The objective of this program is to assist developers with public

More information

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT PERMANENT ENCROACHMENT PERMIT

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT PERMANENT ENCROACHMENT PERMIT COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT PERMANENT ENCROACHMENT PERMIT 1. Applicant shall provide one (1) set of approved CVWD Drawings. 2. Applicant shall submit a completed Permanent

More information

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS, REQUIRED INSURANCE and CALIFORNIA LABOR CODE REQUIREMENTS for PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

More information

CITY OF TACOMA Water Supply

CITY OF TACOMA Water Supply CITY OF TACOMA Water Supply ADDENDUM NO. 1 DATE: 6/29/2018 REVISIONS TO: Request for Bids Specification No. 2018 Cathodic Protection Installations NOTICE TO ALL BIDDERS: This addendum is issued to clarify,

More information

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for SMALL CONSTRUCTION CONTRACT Typical CLWA services that would use Small Contracts with

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

EXHIBIT B CRITERIA AND BILLING FOR EXTRA SERVICES EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: A. Making revisions

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,

More information

REQUEST FOR PROPOSALS BY THE PLACER MOSQUITO AND VECTOR CONTROL DISTRICT FOR AN AERIAL MOSQUITO CONTROL LARVICIDE CONTRACTOR

REQUEST FOR PROPOSALS BY THE PLACER MOSQUITO AND VECTOR CONTROL DISTRICT FOR AN AERIAL MOSQUITO CONTROL LARVICIDE CONTRACTOR REQUEST FOR PROPOSALS BY THE PLACER MOSQUITO AND VECTOR CONTROL DISTRICT FOR AN AERIAL MOSQUITO CONTROL LARVICIDE CONTRACTOR Proposals Due By: Tuesday, February 18, 2014 at 2:30 p.m. 1. PROPOSALS REQUESTED:

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

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 LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed bids for FIRE AND BURGLAR ALARM MONITORING SERVICES IN CITY OWNED BUILDINGS. Each bid shall be in accordance with the

More information

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401 NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401 The Ogden City Redevelopment Agency (the RDA ) is funding

More information

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants EXHIBIT B Insurance Requirements for Environmental Contractors and/or Consultants Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons

More information

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

SMALL ORDERS TERMS AND CONDITIONS - BLANKET 1. COMPLIANCE WITH LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or

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

Contractor s Insurance Requirements

Contractor s Insurance Requirements ATTACHMENT 5 Contractor s Insurance Requirements Upon tentative award, Bidder shall be required to procure at its sole cost and expense all required insurance. The Contractor shall procure at its sole

More information

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY Revised: March 2016 INSURANCE REQUIREMENTS Without limiting Consultant s indemnification, Consultant shall procure and maintain

More information

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

COUNTY EXECUTIVE On behalf of the City of Pittsburgh County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES 206 COURTHOUSE PITTSBURGH PA 15219 City

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES ALVORD UNIFIED SCHOOL DISTRICT Angie Lopez, Director of Facilities Planning 10365 Keller Avenue Riverside, CA 92505 VARIOUS PROJECTS

More information

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: 1285-44202 HIGH POWER LINE REPAIR SERVICES Jacksonville Aviation Authority Procurement Department 14201 Pecan Park Road, 2 nd Floor Jacksonville,

More information

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN CITY OF SAN MATEO, CALIFORNIA PUBLIC WORKS DEPARTMENT 330W. 20 TH AVENUE SAN MATEO, CA 94403 The City of San Mateo hereby requests

More information

PHILADELPHIA REDEVELOPMENT AUTHORITY INSURANCE REQUIREMENTS

PHILADELPHIA REDEVELOPMENT AUTHORITY INSURANCE REQUIREMENTS PHILADELPHIA REDEVELOPMENT AUTHORITY INSURANCE REQUIREMENTS The individual or entity seeking to enter into a contract with the Philadelphia Redevelopment Authority or who is entering into a contract with

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

EXHIBIT B. Insurance Requirements for Construction Contracts

EXHIBIT B. Insurance Requirements for Construction Contracts EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for 3 years thereafter, insurance against claims for injuries to

More information

Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units:

Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units: Town of Ballston Community Library will be receiving bids for replacement of three roof top package Heating & Cooling units at 2 Lawmar Lane, Burnt Hills, NY 12027. The Town of Ballston requires that all

More information

EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions

EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK IT General Provisions This Statement of Work ( Agreement ) reflects the change to General Provisions, GSPD-401- IT Commodities, as required for the California

More information

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT 1. Applicant shall submit a completed Temporary Encroachment Permit application and obtain an executed Temporary

More information

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN

More information

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

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

More information

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program *THIS INSURANCE EXHIBIT IS SUBJECT TO FINAL UPDATE BASED ON QUOTE NEGOTIATIONS AND DECISION BY OWNER TO IMPLEMENT THE OCIP PROGRAM FOR THIS PROJECT IT IS BEING PROVIDED FOR INFORMATION ONLY, TO PROSPECTIVE

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

ENERGY EFFICIENCY CONTRACTOR AGREEMENT ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State

More information

WHEREAS, On September 18, 2014, the Recreation and Park Commission approved this Agreement and accepted the Grant from POPS.

WHEREAS, On September 18, 2014, the Recreation and Park Commission approved this Agreement and accepted the Grant from POPS. GRANT AGREEMENT AND PERMIT TO ENTER Between People of Parkside Sunset and San Francisco Recreation and Park Department (dated August 13, 2014 for reference purposes) WHEREAS, The Recreation and Park Department

More information

10. CONSTRUCTION PERMITS General Permits Required

10. CONSTRUCTION PERMITS General Permits Required 10. CONSTRUCTION PERMITS 10.010 General 10.010.01 Permits Required 10.010.02 Defaults 10.020 Permittee [See Amendment 2] Any person, firm or corporation desiring to construct, install, relocate, connect

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 Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID RFP 12/ LR WOODS MOWING SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID RFP 12/ LR WOODS MOWING SERVICES. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID RFP 12/13-009 LR WOODS MOWING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions to Bidders 2

More information

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Request for Proposal (RFP) The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Bids are due January 4, 2018 at 12:00 pm CST.

More information

REQUEST FOR QUOTATION Request No.: S

REQUEST FOR QUOTATION Request No.: S REQUEST FOR QUOTATION Request No.: S2018-73 Sweetwater Authority Date Issued: 2/8/2018 744 F Street Return Date: 2/19/2018 Chula Vista, CA 91910 THE DESIRED SERVICE This Request for Quote (RFQ) is issued

More information

Bernards (Project Name) CCIP Insurance Manual

Bernards (Project Name) CCIP Insurance Manual Bernards (Project Name) CCIP Insurance Manual Policy Year: xxxx-xxxx Alliant Version 01 1 Table of Contents 1.1 INTRODUCTION... 3 1.2 Overview... 3 1.3 About this Manual... 4 2.0 PROJECT DIRECTORY... 5

More information

BOONE COUNTY, ILLINOIS

BOONE COUNTY, ILLINOIS BOONE COUNTY, ILLINOIS Bid Requirements for RCI-16-06 (Bid Number) Material(s) or Services: 1. Seal Coating at the Logan Avenue Campus Parking Lot. 2. Crack Filling at the Logan Avenue Campus Parking Lot.

More information

SECTION IV CONTRACT BID NUMBER

SECTION IV CONTRACT BID NUMBER SECTION IV CONTRACT BID NUMBER 171006 THIS AGREEMENT made and entered into this day of, 2017, between PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY (hereinafter called the "District") and, located at

More information

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID 2018-119 TREE SERVICES ROSTER RESPONSE DEADLINE: Thursday, April 19, 2018, 3:00 p.m. The Kitsap County Purchasing Office

More information

REQUEST FOR QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project

REQUEST FOR QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project REQUEST FOR QUOTATION (RFQ) RFQ # Q18-04 CLOSING DATE: 4/20/2018 TITLE: Kit Carson Emergency Siren Project CLOSING TIME: 10:00 A.M. (our clock) INTENT Larimer County Purchasing Department, on behalf of

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS NO. 964-5378 COUNTY OF FRESNO POLYGRAPH TESTING SERVICES SUBMITTALS: ADDRESSED TO: MAILING ADDRESS: OFFICE ADDRESS: MARK ENVELOPE: COST LIMIT FOR AGREEMENT(S): Three (3) paper

More information

ARTICLE V Indemnification; Insurance

ARTICLE V Indemnification; Insurance ARTICLE V Indemnification; Insurance 5.1 The Recipient shall act as an independent contractor, and not as an employee, agent, partner, joint venturer, representative or associate of the City, in operating

More information

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381 CITY OF SHENANDOAH REQUEST FOR PROPOSALS for the SPECIAL EVENT TENTS CITY OF SHENANDOAH 29955 I-45 NORTH SHENANDOAH, TEXAS 77381 RESPONSES DUE MONDAY, SEPTEMBER 19, 2016 @ 10:00 AM 1 CITY OF SHENANDOAH

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

More information

Alabama State Port Authority

Alabama State Port Authority Alabama State Port Authority Invitation to Bid Project Name Alabama State Port Authority Portable Toilets & Service Contract BID PURPOSE AND REQUIREMENTS ALABAMA STATE PORT AUTHORITY PORTABLE TOILETS &

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study CITY OF CHINO HILLS Request for Proposals (RFP) for Water Fixed Assets Assessment Study Date: April 15, 2014 Department: Project Name: Proposal Due Date: Public Works Department Water Fixed Assets Assessment

More information

City Of Hammond Purchasing Department. Provide Chlorine & Sulfur Dioxide for our Water/Sewer Plants RFP #

City Of Hammond Purchasing Department. Provide Chlorine & Sulfur Dioxide for our Water/Sewer Plants RFP # 1 City Of Hammond Purchasing Department Provide Chlorine & Sulfur Dioxide for our Water/Sewer Plants RFP # 2016-17 Proposals Shall Be Received by the Purchasing Department, City of Hammond 310 East Charles

More information

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT DECEMBER 23, 2015 Owner: King County Library System 960 Newport Way N.W. Issaquah, WA. 98027 GENERAL INFORMATION A. The Vendor is to provide all labor, material, equipment, first thirty (30) day storage

More information

Westwood Village Farmers Market Request for Proposals May 14, 2012

Westwood Village Farmers Market Request for Proposals May 14, 2012 Westwood Village Farmers Market Request for Proposals May 14, 2012 RESPOND TO: Andrew Thomas Executive Director Westwood Village Improvement Association 10880 Wilshire Blvd Suite 117 Westwood, CA 90024

More information

LONE TREE SCHOOL BELL SYSTEM

LONE TREE SCHOOL BELL SYSTEM WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL BELL SYSTEM PROPOSAL DUE DATE: NOVEMBER 16, 2010 1:00 p.m. The WHEATLAND SCHOOL DISTRICT wishes to attain a Bell system for its Lone Tree

More information

Mobile and Stationary Security Patrol Services

Mobile and Stationary Security Patrol Services Request for Proposals Mobile and Stationary Security Patrol Services The Redevelopment Agency of the City of San Jose Submittals Due: May 28, 2008 3:00 PM (pacific daylight time) San Jose Redevelopment

More information

Request for Proposal. For. Grounds Maintenance Services

Request for Proposal. For. Grounds Maintenance Services Request for Proposal For Grounds Maintenance Services ALL PROPOSALS MUST BE ADDRESSED AND SUBMITTED TO: Jasmine Privott, Director of Housing Operations Deerfield Beach Housing Authority 533 S. Dixie Highway,

More information

Snow Removal Services Request for Proposals December 1, April 30, 2019

Snow Removal Services Request for Proposals December 1, April 30, 2019 Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WELDING SPARK ARRESTOR INSTALLATION

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WELDING SPARK ARRESTOR INSTALLATION COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WELDING SPARK ARRESTOR INSTALLATION Proposal: #1707001 Sheree Bell Due Date: August 17, 2017 Procurement Coordinator Not later

More information

OCIP Contract Language

OCIP Contract Language Page 1 of 12 7. Insurance Requirements OCIP Contract Language 7.1 COUNTY Provided Insurance. COUNTY will provide an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP will be administered

More information

STATEMENT OF WORK COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES BUREAU OF FORESTRY FORESTRY MOWING 18-1

STATEMENT OF WORK COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES BUREAU OF FORESTRY FORESTRY MOWING 18-1 STATEMENT OF WORK COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES BUREAU OF FORESTRY FORESTRY MOWING 18-1 FOREST DISTRICT 12 1 PROJECT; 62 ACRES (MACHINE ONLY) I. SCOPE OF

More information

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT This Agreement is made and entered into as of, 20, by and between the PADRE DAM MUNICIPAL WATER DISTRICT (hereinafter referred to as the

More information

PERSONAL SERVICES CONTRACT County of Nevada, California

PERSONAL SERVICES CONTRACT County of Nevada, California PERSONAL SERVICES CONTRACT County of Nevada, California This Personal Services Contract is made between the COUNTY OF NEVADA (herein "County"), and Kimley-Horn and Associates, Inc. (herein Contractor ),

More information

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 PROJECT NAME: AGREEMENT TERM: AUTHORIZED RENEWALS: DEPARTMENT: DIVISION: CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 THIS AGREEMENT is made at Sacramento, California, as of,

More information

REQUEST FOR PROPOSALS Lease and Operate the Concession Stand at Palmer Pool

REQUEST FOR PROPOSALS Lease and Operate the Concession Stand at Palmer Pool TOWNSHIP OF PALMER NORTHAMPTON COUNTY, PA Municipal Building, 3 Weller Place, Palmer, PA 18045-1975, Tel. 610-253-7191, Fax 610-253-9957 Website: palmertwp.com REQUEST FOR PROPOSALS Lease and Operate the

More information

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina REQUEST FOR PROPOSALS (RFP) Marina Management Services Docktown Marina Date of Issue: Friday, October 2, 2015 Proposal Due Date: Wednesday, October 28, 2015 by 2:00 p.m. PST PROJECT OVERVIEW The City of

More information

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 http://www.asdd.com/ WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 WHEN: 10:00 A.M., CDT, March 16, 2016 INSPECTION: REQUIREMENTS: By appointment between the hours of 9:00 A.M. and 3:00

More information

Not operate above a maximum speed of 10 miles per hour; Have a gross weight of less than 80 pounds, excluding cargo;

Not operate above a maximum speed of 10 miles per hour; Have a gross weight of less than 80 pounds, excluding cargo; Conditions of Approval for Personal Delivery Device PDD Use Permit Updated November 13, 2017 A. The operation of any PDD shall not commence in, on or over the surface of any public thoroughfare, right-of-way

More information

CONTRACT NO. AGREEMENT BETWEEN THE CITY OF CHEYENNE AND THE CHEYENNE ANIMAL SHELTER/SERVICES

CONTRACT NO. AGREEMENT BETWEEN THE CITY OF CHEYENNE AND THE CHEYENNE ANIMAL SHELTER/SERVICES CONTRACT NO. AGREEMENT BETWEEN THE CITY OF CHEYENNE AND THE CHEYENNE ANIMAL SHELTER/SERVICES 1. Parties. The parties to this Agreement are the City of Cheyenne, a municipality duly organized and existing

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

LEGAL NOTICE REQUEST FOR QUALIFICATIONS. Broome County Multi-Jurisdictional All-Hazard Mitigation Plan Update

LEGAL NOTICE REQUEST FOR QUALIFICATIONS. Broome County Multi-Jurisdictional All-Hazard Mitigation Plan Update LEGAL NOTICE Broome County is seeking REQUEST FOR QUALIFICATIONS (RFQ) from all interested and qualified firms to provide professional services to the Broome County Department of Planning and Economic

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 14/15-036AO MALLORY SWAMP DITCH MOWING SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 14/15-036AO MALLORY SWAMP DITCH MOWING SERVICES. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 14/15-036AO MALLORY SWAMP DITCH MOWING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions

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 PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development REQUEST FOR PROPOSALS For Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development Proposal Issue Date August 22, 2017 Proposal Submittal Due Date September

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL REQUISITION & PROPOSAL DATE 12/17/18 DEPARTMENT ORIGINATING DEPT NO. UPON REQUEST TO: Prospective Bidders Please procure the following and DELIVER TO: P.O. BOX 1588 MOBILE, ALABAMA 36633 ATTN: D.W. Lynd

More information

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016 1.0 EXECUTIVE SUMMARY 1.1 The Cyril E. King Airport (CEKA), St. Thomas, Virgin Islands is owned and operated by The Virgin Islands Port Authority. The CEKA is located at #70 Lindbergh Bay. The CEKA enplanes

More information

REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA The City of San Mateo hereby requests proposals for Geotechnical Investigation

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

REQUEST FOR BID PROPOSALS FOR DEMOLITION OF FARM STRUCTURES. Issued: March 26, 2018

REQUEST FOR BID PROPOSALS FOR DEMOLITION OF FARM STRUCTURES. Issued: March 26, 2018 Public Works Department REQUEST FOR BID PROPOSALS FOR DEMOLITION OF FARM STRUCTURES Issued: March 26, 2018 Due Date and Location of Submittals: Tuesday April 24 th, 2018 10:00am City of Sycamore- Clerk

More information

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT THIS AGREEMENT is made and entered into on this day of, 20, by and between the CITY OF STOCKTON, hereinafter referred to as "CITY,

More information

BOCC MEETING TRANSMITTAL

BOCC MEETING TRANSMITTAL BOCC MEETING TRANSMITTAL cii- Submitted By: Jon Waschbusch Date Submitted: 2/12/2018 Division/Elected Office: Government Affairs BOCC Meeting Date: 2/21/2018 Strategic Plan Priority # #1 - Managed Growth

More information