4425 Old Airport Road P.O. Box 388 Concord, NC

Size: px
Start display at page:

Download "4425 Old Airport Road P.O. Box 388 Concord, NC"

Transcription

1 4425 Old Airport Road P.O. Box 388 Concord, NC (704) (704) (fax) Facilities Management Department Cabarrus County Schools will be accepting proposals for annual preventative maintenance service on standby building generators based on the following: 1. With the consent of both parties, this Agreement may be renewed annually for a maximum of three (3) years or until canceled by either party through written notice to be received thirty (30) days prior to this Agreement s anniversary date. Any prepaid services due the Owner at the time of cancellation may be completed as scheduled or the value of said services will be returned to the Owner by check within thirty (30) days of cancellation. 2. Contractor agrees to perform, in a good and workmanlike manner, the services described, and to furnish all materials, equipment and labor necessary to perform the work. Said services are to be performed at the individual building(s) listed on Attachment A. 3. Owner agrees to pay Contractor for said services at the prices quoted. 4. Contractor understands that no services in addition to those described herein are to be performed without Owner s authorization. 5. Contractor shall perform all work in accordance with this Agreement except when prevented by act of God, strikes, lockouts, fire, unavoidable casualties or any other cause beyond Contractor s control. 6. Contractor agrees to correct, by repair or replacement, any defects of material or workmanship installed under this Agreement which may develop under normal and proper use within thirty (30) days from installation, provided Owner gives written notice within forty-eight (48) hours of such defects and inspection substantiates Owner s claim. Such correction shall constitute Owner s sole remedy. Contractor shall have no responsibility to Owner for special or consequential damages, including loss of time, injury to person or property or any other consequential damages or incidental or economic loss. All other warranties, expressed or implied, including merchantability and fitness for a particular purpose, are hereby waived, disclaimed and excluded. 7. This Agreement represents the entire and integrated agreement between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This Agreement may be modified only by a written amendment signed by authorized representatives of both parties. 8. Contractor shall take all reasonable precautions for job site safety, and shall provide all reasonable protection necessary to prevent damage, injury, or loss at the job site. Contractor shall submit insurance certificates, evidencing insurance coverage, if requested by Owner. The minimum levels of insurance will be as follows: 1

2 Commercial General Liability $1,000, Automobile Liability 500, Excess Liability (umbrella) 1,000, Worker s Compensation (each accident) 100, Owner may, by addendum and purchase order, make changes so that new equipment may automatically be added to the Agreement upon agreeing to additional cost. 10. While service work is being performed, Contractor and/or its servicing technician reserves the right to request the continuous presence of an Owner employee when service work is hazardous due to location, time of day, storms, water, or any other threatening conditions. 11. Due to the variety of equipment within Cabarrus County Schools, the Contractor will establishment and maintain a spare parts supply to support proper maintenance. 12. Contractor shall furnish all technical and professional service, including labor, materials, supplies, equipment, transportation and supervision necessary to perform the work set forth herein. Contractor shall furnish competent and skilled personnel to perform the work under this agreement with that degree of professional skill, sound practice and judgment, which is normally exercised by other professionally recognized firms. Contractor hereby acknowledges under this Agreement and expressly agrees that, with respect to any request for emergency maintenance services, time is of the essence. 13. Contractor will instruct Owner s personnel, if such personnel are present at time of inspection, on operating and upkeep procedures between regular service calls by Contractor s personnel. 14. Owner shall pay Contractor s invoices, which are issued in accordance with all provisions of the Agreement. Rates shall remain in effect during the term hereof. Contractor shall provide notice of rate adjustments to Owner no later than sixty (60) days prior to the anniversary date. 15. It is understood and agreed by Owner that, if this Agreement is accepted and credit is extended to Owner, the terms of such credit account will be net on receipt of invoice. 16. It is understood that the emergency standby electric equipment covered by this Agreement is in good condition on the date this Agreement becomes effective. Equipment, which requires repair or overhaul, will not be accepted for maintenance service by the Contractor until such repairs or conditions are corrected. The equipment s condition shall be determined during the first service call by the Contractor s service technician. 17. Cabarrus County Facilities Management Department will perform an oil check and fluid level during the following months: March and September. The contractor shall perform the Preventive Maintenance during the following months: June and December. Cabarrus County Schools custodians will perform a monthly visible check during the 2

3 scheduled exercise period on Mondays and note and irregular conditions on the Generator Log sheet per school. A. PREVENTATIVE MAINTENANCE PROGRAM The above generators will be serviced at the building site listed. Service rates must include all travel time and mileage. Preventative Maintenance Service will include at least the following: 1. Electrical System - AC & DC A. Check all cables, clean and tighten as required B. Check batteries* for correct electrolyte add distilled water if necessary C. Check Control Panel, control components, warning systems and emergency shutdowns for proper operation. *Note: If system uses lead acid batteries, they should be replaced every 2.5 years. 2. Engine A. Check ignition condensers, points, spark plugs, spark plug wires, and rotorcap. B. Check and replace as necessary fuel filter(s), lube oil filter(s),to be done on first visit. C. Change engine oil at least every 100 operating hours or every two years. 3. Cooling System Check all hoses, clamps, jacket water heater connections and entire system for leaks. Check Belts and replace as necessary. 4. Air System - Inspect complete air intake and exhaust systems including louver/shutters for correct operation whenever generator is running either in manual or automatic mode. 5. Exhaust system A. Open and drain condensation traps B. Check for any exhaust restrictions. C. Inspect system for leaks. D. Check all mounting hardware and tighten as necessary. E. Check rain cap for proper operation. 3

4 6. Generator Set A. Manually operate generator set with building load, if allowed, and verify that generator is producing rated AC voltage and frequency and that all control panel instruments and gauges are functioning.* B. Check for any unusual noise. 7. Transfer Switch - A. Inspect and test transfer switch to ensure that it automatically starts the generator and, if allowed, is transferring properly. * B. Examine all options, such as Time delay emergency to normal, Time delay to cool down, Plant exercise, etc. be certain that they are functioning in accordance with Owners requirements. * *Note: Whenever possible the customer should allow the system to be tested under load for a period of 60 minutes to record unit panel instrument readings. 8. Fuel system 9. General A. Check entire fuel system. B. Check system tank level and verify. C. Check float switch, fuel transfer pump and solenoid for proper operation. D. Check flexible fuel lines and vent. Visually inspect all vibration isolators; duct work, weatherproof enclosures, worn and/or rubbing parts and components. 10. Reports - Issue a report describing work performed and corrective maintenance recommendations, which are not covered by the Preventative Maintenance Service Agreement. B. UNSCHEDULED MAINTENANCE 1. Scheduling- All work schedules must be coordinated with owner s representative. 2. Replacement parts- The contractor will repair or replace any parts or components of the system which are worn or defective, when in the contractors best judgment replacement 4

5 is necessary to maintain system reliability. All parts that are replaced will be returned to the owner with an invoice and explanation as to why they were replaced. Prior approval from Cabarrus County Schools is required for replacement parts! C. EMERGENCY SERVICE The contractor shall provide 24 hour, 365 day per year On Call emergency service and will respond by telephone within two (2) hours after receipt of notification from the owner to make repairs. D. PAYMENT BASIS For work not covered by this maintenance agreement, contractor shall be compensated for parts and labor furnished under this section as follows: 1. Replacement parts. All repair parts will be replaced at list price. Proof of list price may be required at time of invoicing. 2. Normal Work Time Normal work time will be considered Monday through Friday, excluding holidays, between the hours of 8:00 A.M. and 4:30 P.M. List any discounts from normal labor rate on bid sheet. 3. Overtime Any work or travel time outside of the above listed Normal Work Hours, Monday through Friday, excluding holidays will be one and one half times the normal rate less any discount listed on the bid sheet. 4. Emergency Service If the owner elects to have Emergency Service beyond the normal workday a minimum of four hours will be paid at the applicable rate. 5. Waiting Time will be considered work time ONLY when the contractor is actually waiting for the owner in order that the contractor can complete his work. For example: If the contractor is waiting because he is at the site, but cannot get into the area where the equipment to be serviced is located. He is waiting for someone to unlock a door. 5

6 Date and Time of Bid Opening: December 8th 1:00 pm, 2014 The contractor will provide turnkey service The contractor awarded the contract must adhere to all state, city and county codes. All permits will be provided by the contractor. All specifications are noted on the Bid Form, and are not subject to change. The Contractor is required to ensure that all employees have criminal background checks and pose no risk to the student population. Each person working on site must have a valid ID and check in and out in the front office through the Ident A Kid system daily. The work will be commenced immediately upon issuance of a notice to proceed and be completed by IT IS MUTUALLY UNDERSTOOD THAT THIS PROPOSAL SETS FORTH OUR ENTIRE AGREEMENT AND SHALL BECOME EFFECTIVE ON THE DATE LISTED BELOW: Accepted by the Owner Owner Name: Cabarrus County Schools Address: P.O. Box 388 City: Concord State: NC Zip: Title: Date: Accepted by the Contractor Contractor Name: Address: City: State: Zip: Title: Date: 6

7 Attachment A Systems covered by this Agreement are: Location Asset Tag # Gen- Set Mfg Model # Spec # Serial # KW Rating A T Allen Elementary Cummins GGLB Spec H E A T Allen Pump Station Generac QT02524KNSNA Bethel Elementary Cummins GGHG Spec E B Bus Garage Kohler 100RE02J0 GM51063-GA C C Griffin Middle 6206 Generac CCS Admin Generac SG0080KG189 ON18HBYYA Carl A Furr Elementary Cummins GGHG Spec. G A Charles E Boger Elem Cummins GGHG Spec. G A Concord Middle 4042 Kohler 50RZ272 PA N PA N 50 Cox Mill Elem 6203 Onan 80RZG GM13934-CAI Cox Mill High Kohler 1250RE02M GM GA Forest Park Elem 5852 Kohler 20R0ZJ71 PA Fred L Wilson Elem Generac Glenn Center 7108 Kohler 20RZ PA H E Winkler Middle Cummins DSH AC D I Harris Road Middle 6202 Generac Harrisburg Elem 5365 Kohler 30RZ Hickory Ridge High Cummins GGHG Spec. E E Hickory Ridge Middle Cummins DSHAC D A J M Robinson High 6207 Kohler 50RZ PA J.N. Fries Middle/PLC 1839 Kohler 40R0ZJ71 PA Jackson Park Elem 3300 Kohler 20R0ZJ81 PA Kannapolis Intermediat 4808 Kohler 60REZGB GM79037-GA2 SGM32925B 60 Kannapolis Middle Cummins GGFE Spec D H Mt. Pleasant High 194 Kohler 40R0ZJ71 PA Patriots Elementary Cummins GGHG K D Old Odell Pump Station Generac Pitt School Road Elem Cummins GGHG Spec E L Rocky River Elem 6205 Kohler 30RZ72 PA N Shady Brook Elem Generac W R Odell Elem 7110 Cummins GGHF K W.M. Irvin Elem 6204 Kohler 30RZ72 PA N Weddington Hills Elem 1920 Kohler 30RZ72 PA N Winecoff Elem 3906 Kohler 30RZ72 PA N

8 Total Annual Cost $ Hourly labor rate for services not listed in agreement: $ Please list any other anticipated charges not covered by agreement Generator Service Maintenance Plan (Multiple Schools) SECTION INSTRUCTIONS TO BIDDERS 1. SECURING DOCUMENTS Copies of the Contract Documents are on file at the office of the Owner at: Cabarrus County Schools Facilities Management Department 4425 Old Airport Road, Concord, NC Phone: Fax: FORM OF PROPOSAL Bids shall be made upon the Bid Form provided, properly executed and with all items filled out. Do not change the wording of the Bid Form and do not add words to the wording of the Bid Form. Unauthorized conditions or limitations of provisions attached to the proposal may be cause for rejection of the proposal. Alterations, erasure or interlineations must be explained or noted in the bid over the signature of the bidder. 3. SUBMISSION OF BIDS A. Bids are due at 1:00 PM on Monday December 8th, 2014 at the offices of Cabarrus County Schools, Facilities Management Department at the address noted above. B. Each bid shall be delivered to the location indicated on the Bid Form on or before the day and hour set for opening of bids. Each bid shall be submitted in an opaque, sealed envelope and marked in the lower left-hand corner as follows: 8

9 Bidder s Name Bidder s Address Bidder s Phone Contractor s License No. Title of Project Date and Time of Bid Opening C. If not delivered in person, this envelope shall be enclosed in a second envelope for posting to the location indicated for receipt of bids. This envelope shall be addressed as follows: W. Jason Irvin Construction Project Manager Cabarrus County Schools 4425 Old Airport Road Concord, NC (704) Label Packages URGENT TIME SENSITIVE BID ENCLOSED It is the sole responsibility of the bidder to see their bid is received in proper time. D. No telecommunicated bid or telecommunicated modification of a bid will be considered. No bids received after the time fixed for receiving them will be considered. Late bids will be returned to the bidder unopened. 4. INSURANCE The contractor is required to provide liability insurance, immediately following award of the project, in the amounts shown below: A. Workers Compensation Statutory Employers Liability $1,000,000 B. Commercial General Liability for premises/ $2,000,000 each occurrence/ operations including independent contractor s general aggregate protective, personal injury, contractually assumed liability, products and completed operations, broad form property damage (including X, C and U coverage where applicable) C. Comprehensive Automobile (including non-owned $1,000,000 combined single limit and hired motor vehicles) D. Umbrella Liability Coverage $5,000, EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF WORK Before submitting a bid, each bidder shall carefully read the specifications and all other contract documents and visit the site of work. Each bidder shall fully inform himself, prior to bidding, as to all existing conditions and limitations under which the work is to be performed, and he shall include in his bid a sum to cover the cost of all items necessary to perform the work as set forth in the contract documents. No allowance will be made to any bidder 9

10 because of lack of such examination or knowledge. The submission of a bid shall be construed as conclusive evidence that the bidder has made such examination. 6. SUBSTITUTIONS Each bidder represents that their bid is based upon the materials and equipment described in the bidding documents. 7. MODIFICATION AND WITHDRAWAL OF BIDS A. Bids may be withdrawn on personal requests received from bidders prior to opening time. Withdrawn bids may be resubmitted up to opening time. Negligence or error on the part of the bidder in preparing his bid confers no right for withdrawal of the bid after it has been opened. No bid may be withdrawn for 30 consecutive calendar days after opening time except as provided by North Carolina G. S B. Telecommunicated (phone, fax, , etc.) bids will not be considered. 8. AWARD OR REJECTION OF BIDS A. The contract(s), if awarded, will be based on, but not necessarily limited to, the following criteria: 1. Cost (best cost advantage for the Owner) 2. Conformance with contract documents 3. Acceptable date of delivery 4. Acceptable form of bid security 5. Such other reasonable factors as the Owner deems fit B. Multiple Prime contracts to be awarded. All bids are subject to the Owner s right to reject any or all bids and to waive any informality in the bids or the bidding. Failure to complete all information required on the Bid Form, or provides adequate bid security may result in rejection of the bid. C. Bids may be rejected if they show any unexplained erasures, omissions, alterations of forms, additions not called for, added restrictions or qualifying conditions or other irregularities of any kind. D. Bids will be considered if there are at least three bidders for the contract. E. Cabarrus County Schools reserves the right to reject any bid for any reason it deems for the good of the public or in the interest of the public s welfare. The Contractor is required to ensure that all employees have criminal background checks and pose no risk to the student population. Each person working on site must have a valid ID and check in and out in the front office through the Ident A Kid system daily. 9. EXECUTION OF AGREEMENT A. The form of agreement, which the successful bidder, as contractor, will be required to execute, is available from the Owner upon request. The General Conditions of the Contract, the Supplementary General Conditions, all sections of the Project Manual, and the drawings shall be carefully examined by each bidder prior to the submittal of a bid; no allowance shall be made by the Owner to a Contractor for failure to review or understand the provisions of the Contract. 10

11 B. The bidder to whom the contract is awarded by the Owner, shall, within 10 days after notice of award from the Owner, sign and deliver to the Owner all required copies of the agreement forms, with the required insurance certificates and payment and performance bonds on the proper forms. C. At, or prior to, delivery of the signed agreement, the Contractor shall deliver to the Owner documents described in the Project Manual and the policies or certificates of insurance as required by the contract documents. All bonds and policies or certificates of insurance shall be approved by the Owner before the successful bidder may proceed with the work. D. Failure or refusal to furnish bonds or insurance policies or certifications in the form satisfactory to the Owner and in a timely manner, could subject bidder to forfeit award of contract. 10. INTERPRETATION OF CONTRACT DOCUMENTS PRIOR TO BIDDING A. If any person contemplating submitting a bid for the consideration of the work is in doubt as to the true meaning of any part of the contract documents, or finds discrepancies in or omissions from any part of the contract documents, he may submit to the Cabarrus County Schools Facilities Management Dept. a written request for an interpretation or correction thereof, before the bids will be opened. B. Address all communications regarding this work to the Owner. C. Any interpretation or correction of the contract documents will be made by written addendum and will be mailed, faxed or delivered to each prime bidder of record. The Owner will not be responsible for any other explanations or interpretation of the contract documents. D. It is the responsibility of each bidder to verify for himself that he has received all Addenda before he submits his bid. It is responsibility of all sub-bidders and material suppliers to be familiar with and to include in their price, all Addenda issued up to the time of bid opening. Requests for clarification or additional information shall be accepted from the prime contractor only; sub-bidders and suppliers shall coordinate their requests through the prime contractors only. 11. PRE-BID CONFERENCE A. A pre-bid conference will be held at Cabarrus County Schools, Facilities Management Dept., 4425 Old Airport Rd, Concord NC, 28025,on Monday, November 24 th, 2014, at 1:00 p.m. B. In accordance with North Carolina G.S , specifications may list one or more preferred brands as an alternate to the base bid in limited circumstances. Specifications containing a preferred brand alternate under this section must identify the performance standards that support the preference. Performance standards for the preference must be approved in advance by the Owner in an open meeting. Any alternate approved by the Owner shall be approved only where (i) the preferred alternate will provide cost savings, maintain or improve the functioning of any 11

12 process or system affected by the preferred item or items, or both, and (ii) a justification identifying these criteria is made available in writing to the public. 12. RETURN OF BOUND BIDDING DOCUMENTS All bid documents shall be returned to the Owner in good condition or the Owner will request reimbursement for the set(s). END OF SECTION

~THIS SHEET MUST BE ACKNOWLEGED ON YOUR BID PACKET SUBMISSION ~

~THIS SHEET MUST BE ACKNOWLEGED ON YOUR BID PACKET SUBMISSION ~ ~THIS SHEET MUST BE ACKNOWLEGED ON YOUR BID PACKET SUBMISSION ~ February 4, 2016 ADDENDUM NO. 4 PROJECT: OWNER: FROM: TO: CCS Lawn Maintenance Services CABARRUS COUNTY SCHOOLS 4425 OLD AIRPORT RD CONCORD

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

WARE COUNTY FACILITIES COORDINATOR

WARE COUNTY FACILITIES COORDINATOR WARE COUNTY FACILITIES COORDINATOR 800 Church Street, Suite 218, Waycross, GA 31501 Phone: (912) 287-4480 Cellular: (912) 281-0215 Fax: (912) 287-4482 Email: clarke@warecounty.com REQUEST FOR BIDS GENERATOR

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

St. Charles City County Library District

St. Charles City County Library District St. Charles City County Library District Removal & Replacement of Parking Lot Light Fixtures & Exterior Lights Part 2 77 Boone Hills Dr. St. Peters, Missouri 63376 Bids will be opened on Thursday, February

More information

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM INVITATION FOR BIDDER'S PROPOSALS, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM OWNER: Village of Libertyville 200 East Cook Avenue Libertyville, Illinois 60048-2090 1. Invitation to Bid: Owner invites sealed

More information

HEATING AND COOLING SYSTEM MAINTENANCE

HEATING AND COOLING SYSTEM MAINTENANCE TOWN OF HOPKINTON HEATING AND COOLING SYSTEM MAINTENANCE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS Heating

More information

City of Hammond Purchasing Department RFP 14-15

City of Hammond Purchasing Department RFP 14-15 1 Purchasing Department Provide One (1) 150kW GENERAC Natural Gas Generator Set Generac QT15068KNAC AND GENERAC RTSN4700K3 Transfer Switch OR EQUAL Proposals Shall Be Received by the Purchasing Department,

More information

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON SCHOOL DISTRICT BOILER CLEANING MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: # 17-002BOE_

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

City of Federal Way REQUEST FOR PROPOSAL SACAJAWEA SEWER LIFT STATION OVERHAUL

City of Federal Way REQUEST FOR PROPOSAL SACAJAWEA SEWER LIFT STATION OVERHAUL City of Federal Way REQUEST FOR PROPOSAL SACAJAWEA SEWER LIFT STATION OVERHAUL I. PURPOSE OF REQUEST. The City of Federal Way ( City ) is requesting proposals for the purpose of sewer lift station overhaul.

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1.0 DOCUMENTS.1 Carefully examine the following information. Failure to follow these instructions may result in bid disqualification..2 Project information:.1 Project / Contract

More information

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

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

More information

REQUEST FOR BIDS CHATHAM COUNTY EMERGENCY OPERATIONS AND WATER UTILITY GENERATOR MAINTENANCE AND REPAIR SERVICES

REQUEST FOR BIDS CHATHAM COUNTY EMERGENCY OPERATIONS AND WATER UTILITY GENERATOR MAINTENANCE AND REPAIR SERVICES REQUEST FOR BIDS CHATHAM COUNTY EMERGENCY OPERATIONS AND WATER UTILITY GENERATOR MAINTENANCE AND REPAIR SERVICES Chatham County is requesting bids for a one-year service contract with the option to renew

More information

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

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

More information

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST PUR421 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 2013 @ 10:00 AM The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide

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

Customer Propane Service Agreement

Customer Propane Service Agreement Customer Propane Service Agreement CUSTOMER DETAILS ( Customer ): New Customer Name: Point of Contact: Account #: Mailing Address: City: State: Zip: Delivery Address ( Property ): City: State: Zip: Home

More information

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont 1. INVITATION TO BID 1.1 The Town of Rockingham, VT is seeking sealed bids on a 2018 stationary compactor,

More information

Town of Highlands Board Approved as of May 17, 2012

Town of Highlands Board Approved as of May 17, 2012 TOWN OF HIGHLANDS INTERCONNECTION AGREEMENT FOR SMALL PHOTOVOLTAIC GENERATION FACILITY OF 10 kw OR LESS This PHOTOVOLTAIC INTERCONNECTION AGREEMENT FOR SMALL GENERATION 10 kw or less (the Agreement ),

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

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015 CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015 OWNER: City of Des Plaines 1420 Miner Street Des Plaines, Illinois 60016 Owner will receive sealed proposals

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

More information

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY PURCHASING DEPARTMENT P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS BID NUMBER 995100-2011 ROOFING DATED

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

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY INVITATION TO BID DUNKIN DONUTS PC# 357658 2529 Fort Campbell Blvd. Hopkinsville, KY PART I - GENERAL INVITATION:. 1. 1. 1. Bid is by invitation of the Owner ONLY. The Contact is as follows: Architect:

More information

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN RESERVES

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

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

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent 6550 Walden Rd., Beaumont, Texas 77707 Phone: 409-842-1818 Fax: 409-842-2729 Legal Notice Advertisement

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE Northern Town of La Ronge Box 5680 1212 Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE Equipment Rental Services 2018 ERS01-2018 - 1 - Town of La Ronge Table of Contents: Acknowledgement

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

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

INSTRUCTIONS TO VENDORS

INSTRUCTIONS TO VENDORS REQUEST FOR PROPOSAL MANAGED PRINT SERVICES FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2018-P05 May 29, 2018 Illinois Valley Community College District No. 513 (the College) is accepting sealed

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina

More information

Computerized Point-Of-Sale Accountability System And Meal Application Software for USDA National School Meals Program

Computerized Point-Of-Sale Accountability System And Meal Application Software for USDA National School Meals Program BOARD OF EDUCATION FARMINGDALE UNION FREE SCHOOL DISTRICT TOWNS OF OYSTER BAY AND BABYLON COUNTIES OF NASSAU AND SUFFOLK FARMINGDALE, NEW YORK 11735 SPECIFICATIONS AND BID FORM Computerized Point-Of-Sale

More information

STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission

STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission This STANDARD INTERCONNECTION AGREEMENT, (the Agreement ), is entered into this day of, 20 by and between, hereinafter called Customer

More information

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207) Page 1 of 9 Bid #10-18 Sealed bids for purchase of a replacement Sound System for the South Portland High School Auditorium, for the City of South Portland, Maine, as specified below, in the Specifications

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017 GENERATOR RFP# PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017 Please mark your sealed envelope RFP # Proposal and deliver to the following address and person: Purchasing Supervisor

More information

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

Request for Bid #1667 (RFB) CONCRETE SERVICES

Request for Bid #1667 (RFB) CONCRETE SERVICES Request for Bid #1667 (RFB) CONCRETE SERVICES CLOSING LOCATION: ATHENS MUNICIPAL BUILDING ATTN: PURCHASING 815 North Jackson Street Athens, TN 37303 (423) 744-2780 ISSUED: April 6th, 2018 DUE: April 25th,

More information

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

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

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

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

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

More information

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO 44026 FOR THE WEST GEAUGA LOCAL SCHOOLS DISTRICT BOARD OF EDUCATION BIDS DUE AT 12:00 P.M.

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 ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR REPLACEMENT OF HVAC EQUIPMENT AT Highland High School, 1800 Bench

More information

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES 1. All prospective Contractors must; be State of Connecticut licensed for this work; demonstrate a minimum of 5 years

More information

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S. SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 5661 S. Ironwood Drive Apache Junction Arizona 85120 Phone (480) 941-6754 Fax (480) 671-3180 www.smcfd.org BID PACKAGE PROJECT 18.C.18 Issue Date:

More information

A budget amendment for an additional $34,730 (added to Task B) was approved in November

A budget amendment for an additional $34,730 (added to Task B) was approved in November VII. NEW BUSINESS ITEM E submitted 10 Requests for Information (RFIs) seeking guidance on alignment revisions to navigate conflicts. While in particular dry utility conflict resolution was anticipated,

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

SEALED BID REQUEST FOR PROPOSAL CLERK-OF-THE-WORKS STRUCTURAL REINFORCEMENTS CENTRAL SERVICES BUILDING, MIDDLESEX, VT

SEALED BID REQUEST FOR PROPOSAL CLERK-OF-THE-WORKS STRUCTURAL REINFORCEMENTS CENTRAL SERVICES BUILDING, MIDDLESEX, VT Department of Buildings and General Services Office of Purchasing & Contracting 109 State Street [phone] 802-828-2211 Montpelier VT05609-3001 [fax] 802-828-2222 http://bgs.vermont.gov/purchasing Agency

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

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

SAFETY FIRST GRANT CONTRACT

SAFETY FIRST GRANT CONTRACT SAFETY FIRST GRANT CONTRACT This agreement (the Contract ) is made this day of, by and between (the Contractor ) and (the Owner ), for the (Name of Parish Corporation, ABN or high school corporation) purpose

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1 TELEPHONE: 620/694-1970 OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO. 15-149 ADDENDUM NO. 1 July 22, 2015 TO ALL PROSPECTIVE BIDDERS: The Bid Documents for the Bid 15-149, are hereby amended

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Cleveland County REQUEST FOR PROPOSAL DESCRIPTION: DORAN MILL ASBESTOS ABATEMENT AND DEMOLITION DATE OF ADVERTISEMENT: February 21, 2018 PRE-BID MEETING: March 8, 2018, 10:00am at the Doran Mill, 404 Polkville

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

Solar/ Renewable Energy - Alternative Power Source. Richmond, NH. Cheshire County Sheriff s Office. Request for Proposals

Solar/ Renewable Energy - Alternative Power Source. Richmond, NH. Cheshire County Sheriff s Office. Request for Proposals Solar/ Renewable Energy - Alternative Power Source Richmond, NH Cheshire County Sheriff s Office Request for Proposals The County of Cheshire (Sheriff s Office) is requesting a Letter of Intent, followed

More information

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID # INVITATION TO BID PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #2018-20 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website: http://www.bakercountyfl.org

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m. PUR884 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE September 6, 2017 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive proposals from qualified

More information

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For HSP Station Building Roof Replacement NANCY RIDLEY City Manager JOHN ZANG Director Division of Public Works MALCOLM FOX Water Department Supervisor

More information

City of Portsmouth, New Hampshire

City of Portsmouth, New Hampshire Request for Proposals City of Portsmouth, New Hampshire Annual Services Contract - Comprehensive Services for Emergency Generator Systems RFP No. 14-12 1 City of Portsmouth Portsmouth, New Hampshire Department

More information

Warner Robins Housing Authority

Warner Robins Housing Authority REQUEST FOR PROPOSAL HVAC SERVICES 2019 The Warner Robins & Houston County Housing Authorities (WRHA) are currently soliciting bids for HVAC Services for a one (1) year period with the option for two one

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us RFP P18-03 ADDITIONAL WIDE AREA NETWORK (WAN) February

More information

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Traffic Signal Repair & Maintenance Bids must be submitted to the City at the address below in a sealed envelope plainly

More information

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid. ADDENDUM NO. 1 PROJECT: DUNHAM LIFT STATION REPLACEMENT PHASE ONE CLIENT: CITY OF ST. JOSEPH ISSUE DATE: 11/01/18 The following clarifications and changes shall be included in the Plans and Specifications

More information

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer: SECTION 00100 INSTRUCTION TO BIDDERS 1.01 SECURING DOCUMENTS Bidders may obtain sets of Bidding Documents from Engineer: Hethcoat & Davis, Inc. 278 Franklin Road, Suite 200 Brentwood, TN 37027 (615) 577-4300

More information

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY HOPKINSVILLE WATER ENVIRONMENT AUTHORITY Bid Packet: FY 2017-2018 Sealed Bid # 161708 Sludge Dewatering Bid Opening: Thursday, July 20, 2017 @ 1:00 P.M. CST 401 East 9 th Street, Hopkinsville, KY, 42240

More information

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA SITE ADDRESS: BIDS DUE: NEILLS CREEK PARK 3885 NEILLS CREEK RD ANGIER, NC 27501 TUESDAY, APRIL 17th @ 2:00 PM HARNETT

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

PURCHASE OF REFURBISHED CENTRAL PLANT COOLING TOWER

PURCHASE OF REFURBISHED CENTRAL PLANT COOLING TOWER PURCHASE OF REFURBISHED CENTRAL PLANT COOLING TOWER Request for Bid Bid No. 3189 DUE: March 28, 2018 at 2:00pm Note: If you do not wish to bid, please return this cover sheet marked "NO BID;" otherwise

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS Bismarck Public Schools Child Nutrition - Milk, Dairy and Juice Products Bismarck, North Dakota ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids for Milk, Dairy and Juice Products, for Bismarck

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

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 November 29, 2016 Ladies and Gentlemen: The City of Peachtree City will be

More information