City of New Rochelle New York

Size: px
Start display at page:

Download "City of New Rochelle New York"

Transcription

1 Department of Finance Tel (914) North Avenue New Rochelle, NY Mark Zulli Commissioner Michael Lewis Deputy Commissioner Adam Salgado Deputy Commissioner City of New Rochelle New York REQUEST FOR BID To: All Prospective Bidders BID SPEC No To DATE SENT: March 26, 2019 Furnish and Plant Trees DATE DUE: April 10, 2019 NOTE: Bids are due by 11:00 a.m. No late bids will be accepted! Respond to: City of New Rochelle Purchasing Office/Dept of Finance 515 North Ave. New Rochelle, N.Y INSTRUCTION FOR RESPONDING TO THIS BID 1. Vendors interested in bidding on the referenced items should read the entire document. The vendor must complete all sections of this document including the VENDOR DATA SECTION and sign where indicated. Your signature identifies your acceptance of all terms and conditions herein. 2. All vendors must fill in the prices being requested in the places and formats indicated. All blank spaces in said bid shall be filled in and no changes shall be made in the phraseology, or in the items, terms and conditions contained therein. 3. Completed bids should be sent to the address identified at the top of this page. 4. Please indicated the bid specification number and due date on the outside of your submitted bid. 5. The City of New Rochelle is a sponsor of the Westchester Affirmative Action Equal Employment Agreement and encourages all minorities to submit bids. Firms qualified and certified as Minority Business Enterprises (MBE) and Women Business Enterprises (WBE) are strongly encouraged to submit bids.

2 Instructions, Terms and Conditions, Spec. # Submission of Bids Each bid must be in a separate sealed envelope, clearly labeled with vendor name, bid number and due date and addressed to City of New Rochelle, Department of Finance-Purchasing Office, City Hall, New Rochelle, New York All bids must be properly signed and received by the time and date specified in order to be valid. 2. Award of Bids Awards will be made, if at all, to the "lowest responsible bidder" meeting the specifications. The City reserves the right to reject any and all bids or portion thereof, or any bids that are vague, incomplete or indefinite. 3. Withdrawal of Bids The submission of the bid proposal shall constitute an irrevocable offer which shall remain in full force and effect until the bid proposals received by the City are either accepted or rejected. Proposals may be withdrawn at any time prior to the bid opening. 4. Bid Deposits Bid deposits, if required, will be returned to unsuccessful bidders after the bid has been awarded. A successful bidder's deposit will be returned after a written contract has been executed, or after a performance bond, if required, has been accepted by the City. 5. Bid Format Bidders are advised to become familiar with all conditions, instructions and specifications governing this bid. Once the award has been made, failure to have read all the conditions, instructions and specifications shall not be cause to alter the original bid. All bids must be priced per unit specified in the bid specifications or on the bid form submitted, and must be signed and dated. In the event of a discrepancy between the unit price and extension, the unit price will govern. No exceptions will be allowed with regard to errors made in the computation of a bid. Purchases by the City of New Rochelle are not subject to any federal, state or local taxes. Do not include any of these taxes when bidding or invoicing. Exemption certificates will be furnished upon request. 6. Substitutions Any deviation from specifications or indicated brand shall be clearly stated and fully explained by accompanying specification sheets with submitted bid. Samples shall be supplied by the vendor, at no charge to the City, upon request. The City reserves the right to accept equals approved by it. If exception to indicated brand is not noted, bidder is required to deliver brand specified. 7. Delivery of Product All delivery are to be considered inside delivery to locations as specified by the authorized City agent. All items must be guaranteed against faulty material and workmanship and delivered as such. Deliveries of incorrect or faulty items will be rejected and returned at vendors expense. Failure to deliver within the specified time maybe cause for cancellation of the order. 8. Shipping Terms Shipping terms will be considered F.O.B. Destination and without charge for containers, packing, etc., unless specified on the bid and the cost thereof quoted. 9. Payment Terms The City of New Rochelle shall pay invoices at net 30 days after receipt of invoice and of material; whichever is later, unless alternate terms are indicated on the bid. 10. Collusion Clause By submission of this bid, each bidder and each person signing on behalf of any bidder certified, and in the case of a joint bid, each party thereto as to its own organization, under penalty of perjury, that to the best of its knowledge and belief: A. the prices in this bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor; and B. unless otherwise requires by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder prior to the opening, directly or indirectly, to any other bidder or to any competitor; and C. no attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. The bidder certifies that this bid is made without any connection with any other person making a bid for the same purpose, and is in all respects fair and without collusion or fraud, and that no elected official or other officer or employee or person whose salary is payable in whole or in part from the city treasury is directly or indirectly interested therein, or in supplies materials and equipment to which it relates, or in any portion of the profits thereof. 11. The City of New Rochelle is a sponsor of the Westchester Affirmative Action Equal Employment Agreement and encourages all minorities to submit bids. Firms qualified and certified as Minority Business Enterprises (MBE) and Women Business Enterprises (WBE) are strongly encouraged to submit bids. 2

3 STATEMENT OF NO BID RETURN THIS FORM ONLY IF YOU ARE SUBMITTING A "NO BID" It is the intent of the City of New Rochelle to afford all suppliers an equal opportunity to bid on all commodities, operating supplies, equipment and/or services as listed in this specification. In the event your firm declines to bid, kindly advise the City of New Rochelle Purchasing Department to that effect by completing and returning this document. City of New Rochelle Purchasing Department, We, the undersigned, have declined to bid on your Request for Quotation/Proposal Specification No To Furnish and Plant Trees for the following reasons: We do not offer this product/service We are unable to supply the product/service at this time We are unable to meet the specifications We are unable to meet the bond requirements Other: We understand that if the no bid letter is not executed and returned our name may be deleted from the list of qualified bidders for the City of New Rochelle. COMPANY NAME: ADDRESS: TELEPHONE #: 3

4 City of New Rochelle Spec. 5250, Tree Planting Objective: The objective of this contract is to complete, in a professional manner, city wide street tree planting project. One Hundred and Fifty One (151) trees are to be planted by May 24, This project will include one years of tree maintenance to insure the proper establishment of these trees. Intent of the Specifications: It is the intention of these specifications to provide a set of directions that describe the manner in which the work for this contract is to be performed. These specifications are divided into the following four parts: PART I - GENERAL CLAUSES PART II - ITEM SPECIFICATIONS PART III - TYPES OF TREES, EXHIBIT A PART IV - PLANTING SITES, EXHIBIT B PART I GENERAL CLAUSES (A) Use of the Item Specifications (Part II) These specifications are intended to describe the work to be performed under this contract. The contractor must complete the work in accordance with the provisions outlined in each section of Part II: Item Specifications or any modifications thereof as described in any "Addenda Notes and Modifications". (B) Examination of the Site All bidders should visit the sites to acquaint themselves with the conditions and the scope of work involved. Additional compensation will not be paid to the contractor for work that may have been overlooked due to their failure to take into account all of the conditions that may effect the fulfillment of the objective. (C) Safety Precautions All work is to be protected by yellow or orange lights, cones, barricades, or other safeguards in accordance with uniform "Traffic Control" standards. Failure of the contractor to protect each area, in a manner acceptable to the Tree Inspector, may result in the required protection to be provided by the city and charged to the contractor. (D) Unsatisfactory Material or Work It will be the responsibility of the contractor to see that the specifications are being followed. Failure of the city to immediately reject any unsatisfactory materials or workmanship, or to notify the contractor of any deviations from the specifications, will not relieve the contractor of the responsibility to replace the materials or work that are later deemed unsatisfactory. Trees that are planted at a depth at which the root flare is not visible at the surface will be considered too low, unsatisfactory, and not excepted. Any materials or finished work, which in the opinion of the Tree Inspector, does not comply with these specifications, must be removed by the contractor and replaced at no additional cost to the city. 4

5 (E) Final Cleanup On a daily basis, the contractor must remove all construction equipment, tools and excess materials. Any debris or rubbish from any source shall be carted away from the site and disposed of outside of the City. Prior to final acceptance, the contractor must clean the site to the satisfaction of the Tree Inspector. (F) Guarantee & Maintenance The contractor must guarantee the life of the trees and will be responsible for providing all of the materials and labor that may be necessary in order to comply with the terms stated in the Guarantee & Maintenance section of the Item Specifications. Part II: ITEM SPECIFICATIONS, PLANTING OF THE TREES (A) Scope of the Work The bid price for each tree will require the contractor to: (1) Furnish all materials needed to plant quality specimens of the types of trees specified in the attached- EXHIBIT A, (2) Plant the specified types of trees, in the manner described, at the locations listed in the attached- EXHIBIT B, (3) Maintain the trees in the manner specified, and (4) Guarantee the trees in compliance with the terms of the contract. The City reserves the right to substitute planting location (if necessary), add to and delete from the number of trees depending upon the prices bid and available funds. (B) Time of Completion The awarded contractor must agree to complete all of the initial contract work on or before May 24, The City shall reserve the right to penalize the contractor in the amount of $ per calendar day as liquidated damages for each day that completion is delayed beyond the date specified of completion. Also, all additional assignments must be completed by their assigned deadlines. Delayed completion of additional assignments beyond the deadlines will also be subject to the fore-mentioned penalties. (C) Transportation and Delivery During digging, loading, shipping, unloading, and planting, care must be taken to protect the root balls and trees from damage. A burlap or cardboard wrap along the trunk is recommended. The tops of the trees must be tied in, with heavy twine to protect branches from being broken. To prevent desiccation, a tree cover must be tightly secured to the vehicles or trees during transport. (D) Inspection All plants may be subject to inspection and approval of the City Tree Inspector at the growing site, but approval and tagging at the growing site will not obligate the City of New Rochelle to pay for any plant until it has been delivered and planted in satisfactory condition at the planting site. The city reserves the right to inspect and tag plant materials for replacement of those that die during the maintenance and guarantee period. In such cases, all of the fore-mentioned standards will apply. 5

6 All trees that are damaged upon delivery to the planting sites will be rejected. Trees with root balls that are loose, broken, or excessively dry will be rejected. (E) Acceptable Materials (1) Burlap Any materials other than 100% Untreated Jute Burlap must be removed from the top and sides of the rootball upon planting. 2) Twine The tying material used in the balling of trees should be 3-ply sisal rope or an approved equal. (3) Fertilizer Upon planting, a granular or tablet form of fertilizer, must be added to the backfill. It must be used at the rate per caliper inch for trees that is recommended by the manufacturer. (4) Wrap The tree wrap must be 4-inch wide strips of burlap or tree wrap paper. (5) Bracing Stakes Bracing stakes must be of material that is commonly recognized and sold as tree stakes. All stakes shall be free from insects and fungi. The stakes must be pointed. The length must be no less than six feet (6'); the diameter at the middle must not be less than two (2") inches and no more than two and there quarter (2-3/4") inches; the diameter at the top must not be less than one and three quarters inches (1-3/4") and not exceed three inches (3"). (6) Wire The wire must be solid galvanized steel. 10 gauge or 12 gauge must be used. Other materials that are commonly recognized and sold as tree-bracing products may be used. (7) Hose Re-enforced rubber hose sections or suitable second hand material of one-half (1/2"), fiveeighths (5/8") or three quarters (3/4") inch diameter, must be used. The length must be long enough to thoroughly protect the tree from wire damage and not exceed eighteen inches (18"). (8) Topsoil This material must be a top quality, fine screened, loam that is commonly recognized and sold as topsoil. Topsoil must be of uniform quality, free from hard clods, stiff clay, hardpan, sods, partially disintegrated stone, coal, lime, cement, ashes, slag, concrete, tar residues, tarred paper, boards, chips, sticks or any other undesirable material. 6

7 (9) Wood Chip Mulch Wood chips must be obtained from green material, and must be 1/8-inch nominal thickness and 50% having an area of no more than 3 square inches. The mulch must be free of stones, debris, leaves, twigs, excessive sawdust, insects and fungi. Double Hammermilled Cedar Bark is preferred. (F) Planting operations (1) Placement Each tree shall be planted at the location as described in EXHIBIT B. Each tree is to be positioned were a stake will be driven and in line with the marking on the curb. (2) Size of the Planting Pits To allow for proper backfilling procedures, the pit diameter must be dug at least larger than the root ball diameter.* The depth of the planting hole must not be dug any deeper than necessary to set the trunk flare of the tree at the same level of the surrounding grade. 3) Planting Procedures The contractor will be responsible for locating all utility lines, service lines and underground sprinkler systems. This deems the contractor responsible for repairing any of the damages made to any of the fore-mentioned. In all locations where utilities are located, the contractor must dig the tree pits by hand. All trees must be set plumb and at the depth that allows for the top of the root flare (buttress) to be level with the surrounding grade. If it is necessary to take into consideration the compaction of the rootball soil due to mechanical digging, the top of the rootball should be set 1-3 inches higher than the surrounding grade. All trees planted on slopes which are ten percent (10%) or greater shall be set at the median depth of the pits sides. The surrounding grade must be cut or filled as directed by the City Tree Inspector. All burlap that is not 100% untreated jute must be removed from the top and sides of the rootball. * No trees should be backfilled in a manner that buries the root flare. Throughout the procedure, the backfill material must be tamped around the rootball to avoid air pockets. No sod should be backfilled into tree pits. When backfilled to two-thirds the height of the root ball all strings should be removed from around the tree, and the wire baskets and the burlap must be folded back. The Fertilizer must be added to the remaining backfill. The tree trunks must be wrapped with an acceptable material from the ground up to the first branch. The wrap must be secured with tape or sisal twine, not staples or tacks. The trees must be supported by two of the approved stakes, which are to be placed adjacent to the root balls, and driven no less than sixteen inches (16") below grade. The wires, with the hose protection included, are to be drawn taut enough to limit excessive trunk/ball movement. After the staking and wiring has been completed, the tops of all stakes must be cut to approximately four inches (4") above the wires. A soil ring that is approximately two and one-half inches high (2.5"), and capable of retaining water must be constructed around the tree. The diameter of this ring must be of the same width as the rootball. 7

8 Each tree must be watered at the time of planting. The constructed soil ring must be filled with water and allowed to percolate completely before refilling. The excavated planting area must be mulched with no more than a one-inch depth of the approved wood chip mulch. The mulch should not come into direct contact with the tree trunk at a depth greater than one-half inch (1/2"). (4) Pruning The trees must be pruned to remove all inferior, competing and crossing branches, along with all dead and damaged branches. The natural branching habit of the plant must be considered to maintain an aesthetically pleasing form. The branch collars must remain intacted where the branches are removed. (5) Disposal of Excavated Materials & Debris All excess topsoil, along with sod, root matter, subsoil and large stones that result from excavation of the tree pits must be removed from each site and disposed of properly by the contractor. Each day, all scraps of any materials that result from the planting & pruning operations at each site must also be removed. (6) Restoration of Damaged Property The contractor will be responsible for any and all damage made to property during the planting operations. All underground sprinkler systems must be repaired on the same day that the damages occur. All pavements, lawns, planted areas, structures and sub-structures that are disturbed by the contractor during the execution of the work, must be restored to their original conditions by the contractor. This work must be done at no additional cost to the city and in a manner that is satisfactory to the Tree Inspector. 8

9 (7) Guarantee & Maintenance a) Guarantee The contractor must guarantee the life of the trees that are planted under this contract for a period of one year. For the purposes of this contract bid, the year will be from May 25, 2019 until May 25, The actual guarantee periods will be adjusted to coincide annually with the actual date(s) of installation completion. Any trees that show signs of shock, do not break dormancy, declines due to inadequate or improper maintenance, loses 1/3 or more of the head, or dies from whatever causes except that of theft or vandalism before the guarantee period expires will be considered dead trees and must be replaced by the contractor. b) Maintenance During the guarantee period, the contractor must maintain a sufficient labor force in order to maintain the trees in a proper manner and have the ability to perform any necessary operations efficiently and expeditiously. The contractor will be responsible for providing all of the materials and labor that are required to maintain the trees properly, including: watering, mulching, pruning, maintaining taut guy wires, staking and planting replacements. The contractor will be required to maintain the soil rings and water each tree with ten gallons of water a minimum of once a month while the trees are in leaf. Also, in the opinion of the Tree Inspector, if excessively dry conditions exist, additional- weekly, waterings will be required as directed by the Tree Inspector. All watering must be done as described in the Item Specifications: Planting Procedures section of this agreement. At the end of the first year of the guarantee/maintenance period, for each tree, the contractor will be responsible for: (a) removing and disposing of all stakes, wires and hose, (b) removing the soil rings, filling any holes and low spots, and grading the soil level around the tree to the match that of the surrounding grade, and (e) mulch the tree area to the depth of one inch (1 ) with approved mulch. (G) Inspections In the opinion of the contractor, when the various stages of the work are completed and ready for inspection, it will be their responsibility to notify the Tree Inspector. (H) Payment The bid price will be a unit price per tree which will cover all of the materials and labor that may be necessary in order to achieve the objective of the contract. Only the quantity of trees that are furnished, planted, and maintained successfully throughout the guarantee period will be paid for. Payment in full will not be made until the Tree Inspector approves that the contract has been completed successfully, as specified, and the objective of the contract has been achieved. To insure that all trees are planted, maintained, and establishing in a manner that will meet the objective 10% of the total contract cost will be retained by the City upon the installation. 10% will be released upon the satisfactory completion of the year of maintenance services. (I) Inquiries Contact Paul Rebholz, Tree Inspector, at (914) if clarification on any aspect of this proposal is required. 9

10 Part III- TYPES OF TREES TO BE PLANTED All plant names must agree with the nomenclature of "Standardized Plant Names" as adopted by the American Joint Committee on Horticultural Nomenclature 1942 Edition. The size and grade standards must conform to those of the American Association of Nurserymen unless otherwise specified. No substitution shall be permitted except by written permission of the city Tree Inspector. All plants must be nursery grown. Plantation grown plants will not be accepted. All plants must be at least twice transplanted. For any of the desired species, each tree must conform to the dimensions specified, demonstrate a normal habit of growth and have a balanced proportion of height and spread, as well as having strong central leaders, straight trunks, and compact and symmetrical heads. Also, each tree must be free of any insects, diseases, and damage. All roots encountered during the digging operation must be cut flush to the side of the ball with sharp loping or pruning shears. The root balls must be firm, compact, and tightly and adequately bound with burlap wrapping. They should be wrapped and laced as shown in the American Standard for Nursery Stock, ANSI Z Scholartree. The root balls cannot be artificially manufactured to meet the size requirements. No trees with root balls in loose, broken or lopsided condition will be accepted. ADDITIONAL TERMS AND CONDITIONS Bid responses will only be accepted from thoroughly competent, experienced and financially qualified landscaping and plant/tree nursery vendors whose qualification meet the requirements determined by the City of New Rochelle. The successful bidder must comply with all New York State Labor Laws including Prevailing Wage requirements. All bidders must provide a list of all materials to be used, including Material Safety Data Sheet (MSDS). Record Keeping Contractor shall, at any time during the terms of this award, render a report detailing all services rendered by the contractor throughout the installation period. Liability Requirements The successful bidder shall supply and maintain insurance which defends, indemnifies and holds harmless the City of New Rochelle, its officers, employees and agents from and against any and all liability, damage claims, demands, costs, judgments, fees, attorney s fees or loss arising directly out of acts or omissions hereunder by the contractor or third party under the direction or control of the contractor. The successful bidder must furnish the City with Certificate of Insurance prior to commencement of work. The successful bidder must furnish the City with Certificates of Insurance and Endorsement prior to commencement of work. The required coverage shall not be less than the following to include hired auto: Workers Compensation Statuary Requirements NY State Disability Statuary Requirements General Liability $2,000,000 Automobile Liability $1,000,000 10

11 INSURANCE CERTIFICATES SHALL NAME THE CITY OF NEW ROCHELLE AS ADDITIONAL INSURED PARTY AND SHALL STATE THAT ALL COVERAGE SHALL BE PRIMARY TO ANY OTHER INSURANCE COVERAGE HELD BY THE CITY The City of New Rochelle is named as an additional insured party for all general and excess liability coverage based on the contractual liability of the named insured. Such general and excess liability coverage shall be primary to any other coverage carried by the City of New Rochelle with respects to acts or omissions of the named insured. It is intended by the parties hereto that the general and excess liability insurance provided by the contractor shall be primary to any other coverage carried by the City of New Rochelle with respect to liability coverage arising out of any act or omissions by the contractor. The City of New Rochelle will be named as an additional insured. Nothing contained herein shall be construed as making said general and excess liability insurance primary insurance for acts or omissions of the City of New Rochelle. General Information Please provide the following information: a) Name and title of executive in charge b) Name and title of supervisor in field c) Years of experience in landscaping business d) Contact person(s) and telephone number(s) that shall be contacted when service is required References All bidders must supply at least three (3) references, including contact persons name, address and phone number for which they have provided similar services

12 SPEC COST SUMMARY EXHIBIT A: Please quote your price per each tree to be furnished, planted, maintained and guaranteed in accordance with the specifications described herein. If quoting a similar product, please indicate. Abbreviations: Cal. - indicates the caliper of the tree trunk. B&B - indicates plants that are balled and burlapped. Acer rubrum- October Glory, Red Sunset, or Northwood, or similar ( red maple ) B & B, 2.5-3" Cal., Quantity: Unit Price: = Total Units Price: Acer saccharum Bonfire, Green Mountain, Legacy, or similar ( sugar maple ) B & B, 2.5-3" Cal., Quantity: Unit Price: = Total Units Price: Ginkgo biloba Magyar, Princeton Sentry, or similar ( gingko ) B & B, 2.5-3" Cal.,ilia Quantity: Unit Price: = Total Units Price: Prunus x yedoensiss Yoshino cherry ( cherry ) B & B, 2.5-3" Cal.,ilia Quantity: Unit Price: = Total Units Price: Quercus palustris- Pin Oak ( pin oak ) B & B, 2.5-3" Cal., Quantity: Unit Price: = Total Units Price: Tilia cordata- Greenspire, x euchlora, or tomentosa Green Mountain, or similar ( linden ) B & B, 2.5-3" Cal.,ilia Quantity: Unit Price: = Total Units Price: Zelkova serrata- Green Vase, Halka, or Village Green, or similar ( zelkova ) B & B, 2.5-3" Cal., Quantity: Unit Price: = Total Units Price: Total Bid Price for Contract: Submitted by as authorized representative for, Dated. 12

13 EXHIBIT A Spec 5266 VENDOR DATA SECTION All bidders must complete this section, sign where indicated and include with your response. Your signature identifies your acceptance of all terms and conditions herein. SHIPPING TERMS: Unless identified below, freight will be considered F.O.B. Destination (no freight charged to the City). If your quote is F.O.B. Shipping Point (freight charged to the City) in addition to the prices quoted, please identify the cost of this freight. Please check one. F.O.B. Dest. F.O.B. Shipping Point - Freight Charges will cost DELIVERY: Date of delivery shall be PAYMENT TERMS: The City of New Rochelle shall pay invoices at net 30 days after receipt of invoice and of material, whichever is later, unless alternate terms are indicated. Alternate Payment Terms OPTIONAL INFORMATION: Please indicate if your firm is certified as a minority or women owned business. This information is requested for statistical purposes only and will not have any influence on the award process. Please indicate the appropriate status: MBE : business is certified as minority-owned WBE : business is certified as women-owned WBE/MBE : business is certified as minority women-owned ACCEPTANCE: As a representative of the identified company, the signature below is authorized by said company and represents acceptance of all terms, conditions, and prices identified herein. By submission of this proposal/quotation, each bidder, and each person signing on behalf of any bidder, and in the case of a joint bid, each party thereto as to its own organization, under penalty of perjury, certifies that to the best of its knowledge and belief: A. the prices in this quotation have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor; and B. unless otherwise required by law, the prices which have been quoted in this Proposal have not been knowingly disclosed by the bidder prior to the opening, directly or indirectly, to any other bidder or to any competitor; and C. no attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. The bidder certifies that this Proposal/proposal is made without any connection with any other person making a Proposal for the same purpose, and is in all respects fair and without collusion or fraud, and that no elected official or other officer or employee or person whose salary is payable in whole or in part from the City of New Rochelle treasury is directly or indirectly interested therein, or in any portion of the profits thereof. Signature: Date: Print Name and Title: Company Name: Address: Telephone Number(s): Fax Number: (spec. #5266) 13

14 Spec.# 5266 Exhibit B: Planting Locations & (cross streets) 1. Mt Tom PCC, Rockledge Dr to Greens Way pin oak 1 2. Mt Tom PCC, Rockledge Dr to Greens Way pin oak 2 3. Mt Tom PCC, Rockledge Dr to Greens Way pin oak 3 4. Mt Tom PCC, Rockledge Dr to Greens Way pin oak 4 5. Mt Tom PCC, Rockledge Dr to Greens Way pin oak Mt Tom Rd, Day School red maple Mt Tom Rd, Day School red maple Mt Tom Rd, Day School red maple Mt Tom Rd, Day School red maple Mt Tom Rd, Day School red maple Mt Tom Rd, Day School red maple Mt Tom Rd cherry Weyman Ave cherry Behind 17 Bayard St, On John St sugar maple Behind 17 Bayard St, On John St sugar maple Weyman Ave gingko Eddie Foy Park zelkova Eddie Foy Park zelkova Pelham Rd zelkova Pelham Rd zelkova Liberty Ave red maple Centre Ave, in existing pit zelkova Gail Dr cherry Division St opp 18-20, in existing Pit zelkova sycamore Ave sugar maple 3 14

15 Sycamore Ave cherry Ronalds Ave sugar maple Sixth St, in existing pit zelkova Sixth St, in existing pit zelkova Eighth St zelkova Harmon Ave cherry Alpha Pl. on Alpha Pl cherry Alpha Pl. on Acacia Ter cherry Alpha Pl. on Acacia Ter cherry Alpha Pl. on Acacia Ter cherry Huguenot Ave at Cedar St, in existing pit gingko Pratt St linden Pratt St red maple Pratt St, On Adams St red maple Pratt st cherry Monroe St red maple Stephenson Blvd cherry Shadow Ln cherry Rockland Pl cherry Earle Pl cherry Hamilton Ave cherry Hamilton Ave cherry Hamilton Ave cherry Hamilton Ave cherry Hamilton Ave cherry Hamilton Ave cherry Hamilton Ave cherry 21 15

16 Hamilton Ave cherry Hamilton Ave cherry The boulevard pin oak The boulevard pin oak Manhattan Ave red maple Halcyon Ter, On President St cherry Howard Pkwy cherry Treno St cherry Crestview St cherry Pinebrook Rd cherry Montgomery Cr pin oak Montgomery Cr pin oak Kingsbury Rd cherry Kingsbury Rd red maple Kingsbury Rd red maple Pinebrook Blvd cherry Antler Pl, on Forest Ave sugar maple Forest Ave pin oak Opp 55 Valley Rd at Paine lake cherry Opp 55 Valley Rd at Paine lake cherry Opp 55 Valley Rd at Paine lake cherry Paine Ave cherry Paine Ave cherry Paine Ave cherry North Ave cherry North Ave cherry North Ave cherry 39 16

17 Hilltop Ave cherry Holly Dr cherry Holly Dr cherry Holly Dr linden Holly Dr linden Calhoun Ave linden Storer Ave, near corner of Glenwood Ave cherry Storer Ave cherry Vaughn Ave pin oak Vaughn Ave cherry Vaughn Ave pin oak Albert Pl, on Albert Pl cherry Albert Pl, on Mayflower linden Albert Pl, on Mayflower linden Whitfield Ter red maple Whitfield Ter red maple Faneuil cherry Clove Rd cherry Robins Rd pin oak Robins Rd pin oak Westwood Ave sugar maple Parcot Ave sugar maple Webster Ave cherry Calton Rd, on Calton Rd pin oak Calton Rd, on Perth Ave pin oak Calton Rd, on Perth Ave pin oak Calton Rd, on Perth Ave pin oak 18 17

18 alpine Rd zelkova Lomond Pl pin oak Webster Ave cherry Norman Rd cherry Bon Air Rd red maple Bon Air Avenue red maple Bon Air Ave zelkova Wykagyl Ter pin oak Wykagyl Ter pin oak Wykagyl Terr linden Elizabeth Rd red maple Webster Ave linden Webster Ave cherry Lakeview Rd pin oak Lakeview Rd pin oak Pamela Ln pin oak Dusk Dr linden Arbor Dr island, opp 4 Arbor cherry Ramona Ct cherry Pinebrook Park near 123 Winding brook cherry Robert Dr cherry Lovell Rd, on Island- opp 1 Fenimore Rd driveway/walkway linden Lovell Rd, on Lovell Rd pin oak Lovell Rd, on Sunnyside Way pin oak Lovell Rd, on Sunnyside Way pin oak Hanson Ln sugar maple 8 18

19 Morrison Dr cherry Morrison Dr cherry Mohegan Pl cherry Harlan Dr cherry Grand Blvd at Davis School pin oak Grand Blvd at Davis School pin oak Grand Blvd at Davis School pin oak Grand Blvd at Davis School pin oak Grand Blvd at Davis School pin oak Grand Blvd at Davis School pin oak Grand Blvd at Davis School pin oak Grand Blvd at Davis School pin oak Grand Blvd at Davis School pin oak Grand Blvd at Davis School pin oak Standish Dr gingko Standish Dr gingko Standish Dr on Pilgrim btwn cornwer and driveway cherry Baruad Rd island between Plymoth and Standish cherry Baraud Rd linden 11 19

Department of Finance Tel (914) North Avenue Fax (914) New Rochelle, NY REQUEST FOR BID

Department of Finance Tel (914) North Avenue Fax (914) New Rochelle, NY REQUEST FOR BID Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2057 New Rochelle, NY 10801 Michael Lewis Acting Commissioner City of New Rochelle New York REQUEST FOR BID To: All Prospective Bidders

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR BID

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR QUOTATION

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Tracy Yogman Commissioner Mark Zulli Michael Lewis Deputy Commissioners City

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Tracy Yogman Commissioner Mark Zulli Deputy Commissioer City of New Rochelle

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2065 515 North Avenue New Rochelle, NY 10801 Mark Zulu Commissioner City of New Rochelle New York REQUEST FOR BID To: All Prospective Bidders BID SPEC No. 5260 For:

More information

REQUEST FOR QUOTATION Landscape Nursery Stock (Purch File 19-05) (To be returned no later than 4:30 p.m. on February 22, 2019)

REQUEST FOR QUOTATION Landscape Nursery Stock (Purch File 19-05) (To be returned no later than 4:30 p.m. on February 22, 2019) REQUEST FOR QUOTATION Landscape Nursery Stock (Purch File 19-05) (To be returned no later than 4:30 p.m. on February 22, 2019) TO WHOM IT MAY CONCERN: The City of Coon Rapids will accept quotations at

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR PROPOSALS

More information

City of New Rochelle New York

City of New Rochelle New York Department offinance Tel (914) 654-2065 515 North Avenue New Rochelle, NY 10801 Mark Zulu Commissioner City of New Rochelle New York REQUEST FOR PROPOSALS To: All Prospective Vendors SPEC No. 5257 For:

More information

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract REQUEST FOR QUOTATIONS 2018 Tree Maintenance Program Bucket Truck and Stump Grinding Contract April 2018 Quotes shall be submitted by completing this document and placing it in a sealed, opaque envelope,

More information

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 A. Introduction Great Parks of Hamilton County (GPHC) is requesting proposals to apply mulch

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR PROPOSAL

More information

There will be a pre-bid meeting held at the Park s and Cemetery office located at 429 E 24 th St, Holland, MI on Monday, September 18, 2017 at 10am.

There will be a pre-bid meeting held at the Park s and Cemetery office located at 429 E 24 th St, Holland, MI on Monday, September 18, 2017 at 10am. September 7, 2017 TO: RE: PROSPECTIVE BIDDERS TREE PLANTING BID The City of Holland will receive sealed bids to supply and plant trees at various locations throughout the City of Holland. The work must

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT BID #4-10 - SALE OF FERROUS METALS County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Fred M. Maxon,

More information

Department of Finance Phone: (914) North Avenue FAX: (914) New Rochelle, NY REQUEST FOR PROPOSAL Spec # 5254

Department of Finance Phone: (914) North Avenue FAX: (914) New Rochelle, NY REQUEST FOR PROPOSAL Spec # 5254 Department of Finance Phone: (914) 654-2072 515 North Avenue FAX: (914) 654-2057 New Rochelle, NY 10801 Mark Zulli Commissioner Sandi Murray Purchasing Specialist REQUEST FOR PROPOSAL Spec # 5254 USE AND

More information

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County It is the intent of these specifications to solicit a unit price bid per square foot for the furnishing

More information

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES

More information

CITY OF UNIVERSITY HEIGHTS TREE PRUNING & REMOVAL CONTRACTOR SPECIFICATIONS

CITY OF UNIVERSITY HEIGHTS TREE PRUNING & REMOVAL CONTRACTOR SPECIFICATIONS CITY OF UNIVERSITY HEIGHTS 2016-1 TREE PRUNING & REMOVAL CONTRACTOR SPECIFICATIONS Explanation of City of University Heights Pruning Codes Code 0 indicates that no tree work at this time is needed. Code

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL KNOWLEDGE PARK TRAFFIC CIRCLE LANDSCAPING. MANDATORY PRE-BID MEETING March 30, 2017 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL KNOWLEDGE PARK TRAFFIC CIRCLE LANDSCAPING. MANDATORY PRE-BID MEETING March 30, 2017 at 10:00 AM PUR847 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL KNOWLEDGE PARK TRAFFIC CIRCLE LANDSCAPING MANDATORY PRE-BID MEETING March 30, 2017 at 10:00 AM The City of Rock Hill, South Carolina is seeking

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

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

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 TOWN OF HOPKINTON WINTER SAND Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS WINTER SAND BID INFORMATION

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR PROPOSAL,

More information

Berrysburg Borough Contract Specifications for Lawn Mowing and Maintenance of the Borough Square

Berrysburg Borough Contract Specifications for Lawn Mowing and Maintenance of the Borough Square Berrysburg Borough Contract Specifications for Lawn Mowing and Maintenance of the Borough Square It is the intent of the Borough to contract for mowing and maintenance services for the Borough Square areas

More information

VILLAGE OF PELHAM WESTCHESTER COUNTY, NEW YORK

VILLAGE OF PELHAM WESTCHESTER COUNTY, NEW YORK VILLAGE OF PELHAM WESTCHESTER COUNTY, NEW YORK Contract # 2017-01 Tree Removal, Trimming, and Stump Removal Services Request for Proposals Bid Deadline: 10:00 a.m., Tuesday, July 11, 2017 Proposals are

More information

INVITATION TO BID Retaining Wall

INVITATION TO BID Retaining Wall INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining

More information

SHORELINE AREA TREE TRIMMING

SHORELINE AREA TREE TRIMMING CITY OF SAN LEANDRO REQUEST FOR QUOTATION SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CALL: Darryl Sweet Purchasing Supervisor

More information

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87 2017 TRAIL PAVING TENDER DOCUMENT FOR THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87-1 - Municipal District of Bonnyville No. 87 2017 Trail Paving INVITATION TO TENDER The Municipal District of Bonnyville

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

FOR OFFICE USE ONLY CONTRACTOR/DEVELOPER APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN THE RIGHT-OF-WAY/EASEMENT

FOR OFFICE USE ONLY CONTRACTOR/DEVELOPER APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN THE RIGHT-OF-WAY/EASEMENT 40555 Utica Road P.O. Box 8009 Sterling Heights, MI 48311-8009 TEL 586-446-2720 FAX 586-276-4061 CONTRACTOR/DEVELOPER APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN THE RIGHT-OF-WAY/EASEMENT

More information

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

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

More information

REQUEST FOR PROPOSAL Specification # 5109 SCHOOL CROSSING GUARD SERVICES

REQUEST FOR PROPOSAL Specification # 5109 SCHOOL CROSSING GUARD SERVICES Department of Finance Tel (914) 654-2063 515 North Avenue New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner Mark Zulli Deputy Commissioner January 21, 2016 REQUEST FOR PROPOSAL

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

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: MARCH 27, 2013 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 12 PAGES BIDS DUE:

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

PROPOSAL BITUMINOUS ASPHALT CONCRETE NON-CAPITAL PROJECTS PAVING

PROPOSAL BITUMINOUS ASPHALT CONCRETE NON-CAPITAL PROJECTS PAVING 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 Newnan, Georgia

City of Newnan, Georgia City of Newnan, Georgia Invitation to Bid Mill & Resurfacing of Various Streets- 2017 Issue Date: May 25, 2017 Issued By: Inquiries: Proposals Due: Bid Opening: City of Newnan Public Works Department 25

More information

MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS

MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS MINIMUM SPECIFICATIONS FOR MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS FOR THE PINES HEALTHCARE AND REHABILITATION OFFICE OF THE CLERK CATTARAUGUS

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

City of Charlevoix ADVERTISEMENT FOR BIDS. Tree Trimming

City of Charlevoix ADVERTISEMENT FOR BIDS. Tree Trimming City of Charlevoix ADVERTISEMENT FOR BIDS Tree Trimming The City of Charlevoix will accept sealed proposals for the removal and disposal of hazardous limbs, dead trees and stump grinding until 10:00 am

More information

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. RE-Bid # D05083 Bid Opening: May 8, 10:00AM

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. RE-Bid # D05083 Bid Opening: May 8, 10:00AM Bids will be publicly opened at the NC State Surplus Property Agency (SSPA) at the time and date specified. By signature, I certify that all bidder information is accurate and I agree to the Instructions,

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

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

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

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or  me directly. Invitation to Bid To whom this may concern: Galway Co op/propane4less.com is a cooperative originally formed with 14 members in Galway, New York in May of 2006. Today we have over 1,900 members and cover

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 14, 2017 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 10 PAGES BIDS DUE: JUNE

More information

PROPOSAL GRANULAR FILL (BANK RUN GRAVEL)

PROPOSAL GRANULAR FILL (BANK RUN GRAVEL) 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

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY City of Central Falls REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY Issue Date: Monday, May 1, 2017 The submission deadline

More information

Request for Quotation

Request for Quotation City Hall 501-3 rd Ave., Box 190 Fernie, BC V0B 1M0 www.fernie.ca Request for Quotation MECHANICAL SWEEPER Issue Date: March 1, 2017 Quotations marked RFQ will be received at the City of Fernie, City Hall,

More information

APPLICATION FOR RIGHT-OF-WAY PERMIT City of Swartz Creek 8083 Civic Drive Swartz Creek, MI

APPLICATION FOR RIGHT-OF-WAY PERMIT City of Swartz Creek 8083 Civic Drive Swartz Creek, MI APPLICATION FOR RIGHT-OF-WAY PERMIT City of Swartz Creek 8083 Civic Drive Swartz Creek, MI 48473 810-635-4464 Fee Received: _100.00 Date: / / Receipt No: APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE,

More information

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS BOARD OF EDUCATION 1 COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS The Board of Education of the Depew Union Free School District hereby invites the submission of sealed bids

More information

MELBA SCHOOL DISTRICT

MELBA SCHOOL DISTRICT MELBA SCHOOL DISTRICT REQUEST FOR PROPOSAL ( RFP ) FOR EPSON 595wi SHORT THROW PROJECTORS (STP) FOR MELBA SCHOOL DISTRICT NO. 136 ( MSD ) DUE: MONDAY; MAY 9, 2016 AT 12:00PM (MT) 1 Initials INVITATION

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS MAINTENANCE AND SEASONAL PLANTING SERVICES FOR STREETSCAPE BEAUTIFICATION PROJECTS DATE RELEASED: February 22, 2019 PROPOSALS DUE: March 6, 2019 by 5:00PM QUESTIONS DUE: March 1,

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

Fax Daniel Stevens, Purchasing Director

Fax Daniel Stevens, Purchasing Director COUNTY OF OSWEGO PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Daniel Stevens, Purchasing Director November 3, 2017

More information

NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl, ALBANY, NY 12207

NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl, ALBANY, NY 12207 REQUEST FOR PROPOSALS DEMOLITION AND ABATEMENT SERVICES Date Issued: May 15th, 2017 Walk Through: May 17th, 2017 at 11:00am Due: May 22 th, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET,

More information

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID QUONSET DEVELOPMENT CORPORATION (QDC) A BID is solicited for the following work: INVITATION TO BID Name of Project: Background & Description of Work: Pavement Repairs: Utility Connections: On-Call Pavement

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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL Office of Finance 100 West First North Street Morristown, TN 37814 INTRODUCTION The City of Morristown is requesting proposals from qualified vendors for the purchase and planting

More information

Erie County Water Authority

Erie County Water Authority Erie County Water Authority 3030 Union Road Cheektowaga, New York 14227-1097 716-684-1510 FAX 716-684-3937 INVITATION TO BID Bids, as stated below, will be received and publicly opened by the Secretary

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18006 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

Request for Bids/Proposals for City-Wide Stump Grinding Project

Request for Bids/Proposals for City-Wide Stump Grinding Project Request for Bids/Proposals for City-Wide Stump Grinding Project The City of West Branch is seeking competitive bids/proposals for City Wide Stump Grinding. Such services shall include the following: 1.

More information

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL:

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL: BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL: TO: Scott County Board of Commissioners Commissioners: The following Bid Proposal is for the sale of a rambler style, single-family

More information

Scofield Ridge Homeowners Association

Scofield Ridge Homeowners Association Scofield Ridge Homeowners Association RFP #2012-003 Subject: Entrance Monument Design & Construction Due: March 30, 2012 2:00pm CST c/o Goodwin Management, Attn.: Debra Johnson * 11149 Research Blvd.,

More information

NIAGARA FALLS WATER BOARD

NIAGARA FALLS WATER BOARD NIAGARA FALLS WATER BOARD REQUEST FOR BIDS BID #W01-11 Bids on items as specified herein will be accepted at City Hall until 11:00 A.M., and opened at 11:00 A.M. on March 7, 2011. Bidders must state when

More information

City of Albany, New York Traffic Engineering

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

More information

Putnam Valley Central School District Bid # Athletic Uniform Cleaning Putnam Valley, N.Y NOTICE TO BIDDERS

Putnam Valley Central School District Bid # Athletic Uniform Cleaning Putnam Valley, N.Y NOTICE TO BIDDERS Putnam Valley, N.Y. 10579 NOTICE TO BIDDERS The Putnam Valley Central School District, 146 Peekskill Hollow Road, Putnam Valley, N.Y., Putnam County, (in accordance with Section 103 of Article 5- A of

More information

STRUCTURAL STEEL. The attached Non-Collusion Statement must be signed and attached to the bid.

STRUCTURAL STEEL. The attached Non-Collusion Statement must be signed and attached to the bid. STRUCTURAL STEEL TO: OTSEGO COUNTY PURCHASING DEPARTMENT COOPERSTOWN, N.Y. 13326 The undersigned having a principal place of business at the address listed below and being experienced and responsible for

More information

Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231)

Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231) Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI 49633 Phone: (231)879-4291 Fax: (231)879-5153 RIGHT OF WAY PERMIT APPLICATION APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN

More information

CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIXIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES

CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIXIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES The City of Fort Mitchell, Kentucky, will accept sealed bids for Dixie Highway Corridor Removal

More information

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE Scope The City of Sandersville (City) is seeking a Contractor to provide asphalt milling and resurfacing services. The City has identified

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

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for STREET TREE PLANTING PROGRAM SPRING 2017 Contact: Leigh Thurston Phone: 734 394-5179 E-mail: leigh.thurston@canton-mi.org Date Issued: 2/16/2017 Due Date

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

REQUEST FOR PROPOSAL (RFP) PW CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND

REQUEST FOR PROPOSAL (RFP) PW CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND REQUEST FOR PROPOSAL (RFP) PW2017-12 CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND RFP Closing: July 10, 2017 at 11:00 a.m. RFP Opening: Immediately following the closing

More information

BID SPECIFICATION VILLAGE OF OTTAWA HILLS revised ANNUAL TREE PRUNING Fall Spring 2021

BID SPECIFICATION VILLAGE OF OTTAWA HILLS revised ANNUAL TREE PRUNING Fall Spring 2021 BID SPECIFICATION VILLAGE OF OTTAWA HILLS revised 8-17-18 ANNUAL TREE PRUNING Fall 2018- Spring 2021 I. INTENT OF THE VILLAGE It is the intention of the Village of Ottawa Hills to receive competitive sealed

More information

TOWN OF CLOVER REQUEST FOR PROPOSALS HAMPTON STREET ROAD REPAIR

TOWN OF CLOVER REQUEST FOR PROPOSALS HAMPTON STREET ROAD REPAIR TOWN OF CLOVER REQUEST FOR PROPOSALS HAMPTON STREET ROAD REPAIR I. INTRODUCTION The, South Carolina, is requesting bids to furnish labor, material, supervision and equipment to perform a street/gutter

More information

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

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207

More information

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2013-01 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT APRIL 2013 1 INVITATION TO BID Sealed Bids will be received

More information

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATIONS FOR TREE AND STUMP REMOVAL AND TREE TRIMMING BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE BENTON HARBOR, MI 49022 NOTICE TO BIDDERS Notice

More information

CITY OF GRAND HAVEN GRAND HAVEN, MI DOWNTOWN PLANTERS 2018 REQUEST FOR PROPOSALS NOTICE TO BIDDERS DECEMBER 12, 2017

CITY OF GRAND HAVEN GRAND HAVEN, MI DOWNTOWN PLANTERS 2018 REQUEST FOR PROPOSALS NOTICE TO BIDDERS DECEMBER 12, 2017 CITY OF GRAND HAVEN GRAND HAVEN, MI DOWNTOWN PLANTERS 2018 REQUEST FOR PROPOSALS NOTICE TO BIDDERS DECEMBER 12, 2017 It is the intent of the City of Grand Haven to contract with a vendor who will supply

More information

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

Vendor Information (SECTION TO BE COMPLETED BY VENDOR) SUBMIT BIDS TO: BID TITLE CITY OF TUSCALOOSA PURCHASING OFFICE P.O. BOX 2089 2201 UNIV. BLVD. TUSCALOOSA, AL 35403 TUSCALOOSA, AL 35401 TWO (2) TRASH TRAILER BODIES PAGE 1 OF 6 PAGES INVITATION TO BID

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

NIAGARA FALLS WATER BOARD

NIAGARA FALLS WATER BOARD NIAGARA FALLS WATER BOARD REQUEST FOR BIDS BID #W1-10 Bids on items as specified herein will be accepted at City Hall until 11:30 A.M., and opened at 11:30 A.M. on January 14, 2010. Bidders must state

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

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

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 2, 2015 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 12 PAGES BIDS DUE: JUNE

More information

REQUEST FOR PROPOSALS DEMOLITION SERVICES Date Issued: September 19, 2018 Walk Through: September 26, :00 AM Due: September 28, 2018 at 2:00 PM

REQUEST FOR PROPOSALS DEMOLITION SERVICES Date Issued: September 19, 2018 Walk Through: September 26, :00 AM Due: September 28, 2018 at 2:00 PM REQUEST FOR PROPOSALS DEMOLITION SERVICES Date Issued: September 19, 2018 Walk Through: September 26, 2018 11:00 AM Due: September 28, 2018 at 2:00 PM BACKGROUND INFORMATION The Albany County Land Bank

More information

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE ) BID DOCUMENT CITY OF BEVERLY HILLS PUBLIC WORKS DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed bids are requested on the list of materials, supplies,

More information

BID PROPOSAL REFORESTATION PROJECT FOR THE VILLAGE OF FRANKFORT

BID PROPOSAL REFORESTATION PROJECT FOR THE VILLAGE OF FRANKFORT BID PROPOSAL REFORESTATION PROJECT FOR THE VILLAGE OF FRANKFORT I. Purpose of Proposal The Village of Frankfort is making a request for proposal (RFP) to qualified firms to provide for the planting of

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: September 11, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: SEPTEMBER

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

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 SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 23, 2013 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 12 PAGES BIDS DUE:

More information

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, Tree Pruning and Removal 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 Tree Pruning & Removal Bids must be submitted to the City at the address below in a sealed envelope plainly marked as

More information

T E N D E R Tender # T Bike Trails Parking and Pump Track

T E N D E R Tender # T Bike Trails Parking and Pump Track T E N D E R Tender # 2010-081208T Bike Trails Parking and Pump Track Sealed tenders addressed to the Purchasing Agent, c/o Materials and Fleet Management, 2 nd Floor, 175 Rothesay Avenue, P.O. Box 1971,

More information

Owner Phone. Contractor. Address. Type Existing Type Proposed. Type Existing Type Proposed. Length Width Area S.F.

Owner Phone. Contractor. Address. Type Existing Type Proposed. Type Existing Type Proposed. Length Width Area S.F. TOWN OF MORRISTOWN DEPARTMENT OF PUBLIC WORKS Sidewalk and curb Permit Application Town Code Section 18-2 (No permit or fee required for minor repairs as determined by the Director of Public Works) Location

More information

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number:

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number: TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number: APPLICATION DATE: ADDRESS OF WORK OR ENCROACHMENT: CROSS STREET: STARTING DATE: APN: - - No. Street City/Township ESTIMATED COST: $ COMPLETION

More information