INVITATION TO BID. Due Date: December 7, 10:00 a.m.

Size: px
Start display at page:

Download "INVITATION TO BID. Due Date: December 7, 10:00 a.m."

Transcription

1 INVITATION TO BID ITB #17 04 Matanzas High School Track Replacement Due Date: December 7, 10:00 a.m. Flagler County School Board is requesting sealed bids for the Matanzas High School Track Replacement. A mandatory bid conference/site visit will be held at 10 a.m. on Friday, November 18 th, 2016 at 3535 Old Kings Road North Palm Coast, FL It is the Schools Board s intent to award a contract to the responsive and responsible qualified bidder who submits the lowest responsive bid. All terms, specifications and conditions set forth in this invitation are incorporated by this reference into your response. A bid will not be accepted unless all conditions have been met. Bids shall be delivered in a sealed envelope to the attention of the Purchasing Department, Flagler County School Board, 1769 East Moody Blvd., Bldg. #2., by the due date and time referenced above, at which time and place the bids will be publicly opened and the names of the bidders will be read. All consultants or their representatives are invited to attend the bid opening. The ITB document can be obtained via the District website, Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72 hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response. Submit bids to: Flagler County School Board Purchasing Department 1769 East Moody Blvd., Bldg. #2 Bunnell, FL 32110

2 SECTION 1 GENERAL INFORMATION GENERAL: Flagler County School Board is soliciting bids for the Matanzas High School Track Replacement. A mandatory bid conference/site visit will be held at 10 a.m. on Friday, November 18 th, 2016 at 3535 Old Kings Road North Palm Coast, FL RETURN TO: Flagler County School Board Purchasing Department 1769 East Moody Blvd., Bldg. #2 Bunnell, FL QUESTIONS: Any questions concerning conditions and specifications shall be directed in writing to the attention of the Purchasing Department, Flagler County School Board, 1769 East Moody Blvd., Bldg. #2., or via at conardk@flaglerschools.com. Questions must be received no later than the deadline mentioned in the schedule below. Inquiries must reference the ITB due date, title and number. Interpretations of the ITB, clarifications of specifications and requirements or changes to the ITB shall be communicated only by written addenda. Verbal responses to bid questions do not constitute an official position unless documented in the form of written addenda and shall be considered inadmissible in protest proceedings. All such written addenda will be summarized in the Acknowledgement of Addenda document, which shall be signed and returned with the ITB bid by the opening date and time. Failure to return the Acknowledgement of Addenda may constitute cause for rejection. SCHEDULE: The following dates and activities identify proposed project schedule objectives (subject to modification): Advertisement November 2, 9 and 16, 2016 Mandatory Bid Meeting November 18, 10:00 a.m. Question Submission Deadline November 25, 4:00 p.m. Answers to Questions/Addendums December 1, 2016 Sealed Bids Due December 7, 10:00 a.m. Evaluation of Bids December 7, 2016 Recommendation to Board for Approval TBD SECTION 2 SCOPE OF WORK Flagler County School Board is soliciting bids for the Matanzas High School Track Replacement. A mandatory bid conference/site visit will be held at 10 a.m. on Friday, November 18 th, 2016 at 3535 Old Kings Road North Palm Coast, FL The scope of work includes renovating and resurfacing the existing high school track. The contract work to be performed under this section consists of all required labor, materials, equipment, implements, parts and supplies necessary for, the surfacing in accordance with these specifications and indicated on the drawings. The following items are included in the base scope of work and must be in accordance with current code enforcement regulations: Remove the existing track surface and dispose of the existing track materials Excavate soaker swales to correct drainage on the interior of the track, grade and sod areas affected by construction Install a new starting shute on home side of the track Redesign the track size from a 440 yard track to a 400 meter track in order to meet NFHS (National Federation of State High School Associations) Redesign the High Jump area in order to meet regulations Install new Polyurethane Synthetic Track system on all track surfaces Move shot put from current location to allow room for new shute Striping of all new track surfaces Clean entire track and event infield free of all dirt and debris Contractor shall have 60 consecutive calendar days to substantially complete their work Alternates 1. Add 8ft sidewalk to field house 2. Install type D curb around long jump and pole vault 3. Change color of track from black to blue

3 SECTION 3 GENERAL CONDITIONS AWARD METHOD: Bids shall be awarded based on the lowest, responsive and responsible bidder which meets specifications with consideration being given to the specific quality of the product, conformity to the specifications, suitability to school needs, delivery terms, financial ability of the firm, qualifications, experience, reputation, integrity, past performance of the bidder and local preference. The School Board reserves the right to award to more than one vendor for the same or similar products or services. The School Board reserves the right to make award(s) by individual item, group of items, all or none, or a combination thereof; on a geographical basis and/or on a district wide basis with one or more supplier(s) or provider(s); to reject any and all offers or waive any irregularity or technicality in offers received. Bidders are cautioned to make no assumptions unless their offer has been evaluated as being responsive. Any or all award(s) made as a result of this invitation shall conform to applicable local and state ordinances and laws. TIE BIDS: In the case of identical qualified bids, the following criteria shall be utilized to determine award of bid: (1) Certification under Florida Statutes as a Drug Free Workplace, (2) Coin flip. AWARD TERM: The School Board aims to promote partnership relationships within the policies and procedures of public procurement. The School Board anticipates issuing a 60 day Notice to Proceed. EXTENSION: In addition to any renewal options contained herein, the School Board has the right to extend this bid for the period of time necessary to release, award and implement a replacement bid for the goods, products and/or services provided. Such extension shall be based upon the same prices, terms and conditions as the existing bid. PRICING: Unless otherwise specified, prices offered shall remain firm for the contract period; all pricing of goods shall include FOB Destination, packing, handling, shipping charges and delivery to the District; prices for services shall include all expenses necessary to provide the requested service at the location specified. FREIGHT TERMS: Unless otherwise specified, all shipments are to be shipped F.O.B. destination, with all transportation charges prepaid and title transferring to the district at time of delivery. The bidder pays and bears all freight related charges, owns goods in transit and files any claims. Bid prices shall include all cartage, drayage, packing, etc. ESCALATION CLAUSE: Submitted bid prices shall be firm for the contract period. In certain instances, price increases should be requested utilizing explicit data and facts supporting the request. The School Board reserves the right to refuse the request for price increase. ESTIMATES: Quantity and use estimates included in the bid are provided as a guide only. Actual quantities purchased under this bid may vary. The School Board reserves the right to re negotiate prices during the term of the contract agreement if purchases are substantially more than the estimated quantity or use provided for in the bid. BRAND NAMES AND ALTERNATIVES: Brand and trade names listed are for informational purposes only and are not intended to limit competition. The brand name and model number of equivalent products should be indicated on the bid form. Substitution of other brands once items have been awarded is prohibited. The bidder must provide written notification from the manufacturer if an item is discontinued during the term of the contract and must file a written request for substitution. TAXES: The Flagler County School Board is exempt from Federal Excise Taxes and all sales taxes. PURCHASE ORDERS: A Purchase Order issued by the Purchasing Department is the only legal authorization for vendors to perform services or provide commodities to the District. A commitment, either written or verbal, from District employees without a Purchase Order issued by the Purchasing Department does not constitute an obligation by the District to a vendor. Vendors that perform services or provide commodities without a Purchase Order issued by the Purchasing Department do so at their own risk and at risk of non payment. RIGHT TO ACCEPT/REJECT: The School Board reserves the right to accept or reject any or all bids or any portion thereof based upon the information requested. Bidders may be excluded from further consideration for failure to fully comply with the requirements of this ITB solely at the School Board s discretion. NON EXCLUSIVE AGREEMENT: This ITB does not establish an exclusive arrangement between the School Board and the bidder. The School Board reserves the right to utilize any other contract, including but not limited to any contract awarded by the State of Florida, another city or county government agency, school board, community college/state university system, cooperative bid agreement, or to directly negotiate/purchase per School Board policy and/or State Board Rule 6A The district also reserves the right to bid separately any item(s) and/or service(s) covered under this contract at any time during this contract term.

4 OTHER GOVERNMENTAL AGENCIES: All bidders awarded contracts from this bid may, upon mutual agreement, permit any school board, city, municipality or other government agency to participate in the contract under the same prices, terms and conditions, if agreed to by both parties. STATE TERM CONTRACTS AND AGREEMENTS: Before purchasing nonacademic commodities and contractual services, the School Board reviews the purchasing agreements and state term contracts available under s to determine whether it is in the School Board s economic advantage to use the agreements and contracts. As such, all purchasing agreements and state term contracts available under s have been reviewed. In addition, the School Board may use the cooperative state purchasing programs managed through the regional consortium service organizations pursuant to their authority under s (3). DEFAULT: Failure to perform according to this solicitation and/or resulting contract is cause for default. In the event of a default on a contract, the Bidder shall be responsible for attorney fees, court costs and damages. AMENDMENT & CANCELLATION: The School Board reserves the right to cancel, recall, and/or reissue all or part of this ITB at any time. CONFIDENTIALITY OF INFORMATION: The School Board reserves the right to retain all copies of submitted responses to the ITB. Bids submitted in response to this solicitation are subject to FS ( Florida s Sunshine Law ) and must be disclosed upon receipt of a public records request. BID PREPARATION COSTS: The bidder is responsible for all costs incurred by the bidder in preparing the response to the ITB. SOLICITATION OF SCHOOL BOARD EMPLOYEES: The School Board expressly prohibits bidders from making any offer of employment, equivalent offer, or any other offering of value to any Board Member or employee of the School Board. SUB CONTRACTORS: The bidder must describe in the bid, all responsibilities that the bidder anticipates assigning or subcontracting and shall identify the subcontractor and describe how the bidder will manage the subcontractors. LICENSES & PERMITS: The bidder shall obtain and pay for all necessary licenses, permits, and related documents required in complying with the bid. The bidder shall save and hold harmless the School Board as a result of any infraction of the aforementioned. Bidders must be licensed within the State of Florida at the time of bid submission. INSURANCE: The bidder shall be required to furnish evidence of insurance in the form of certificates of insurance, which shall clearly outline all hazards covered, the amounts of insurance applicable to each hazard and the expiration dates. EQUAL OPPORTUNITY EMPLOYER: The School Board does not discriminate in admission or access to, or treatment or employment in its programs and activities, on the basis of race, color, religion, age, gender, national origin, marital status, disability, genetic information, sexual orientation, gender identity or expression, or any other reason prohibited by law. LOCAL PREFERENCE: The School Board has established a policy for the procurement of local goods and services. BACKGROUND SCREENINGS: Selected bidders must ensure that contractual personnel with access to school grounds while students are present, who have direct contact with students or who have access to or control of school funds must meet the required background screening conditions of FS , (Jessica Lunsford Act). Contractual personnel shall include any vendor, individual, or entity under contract with a school or the School Board, as well as vendor assigned subcontractors. All costs to comply with this requirement will be borne by the selected vendors. Failure to comply with this requirement will constitute a material breach of contract. LEGAL JURISDICTION AND LAWS: Any contract resulting from this ITB shall be governed by the laws of Florida, without giving effect to the choice of laws principles thereof, and is deemed to have been executed, entered into and performed within Florida. The parties hereby irrevocably submit to jurisdiction in Florida, and venue shall be held in Flagler County. The parties hereby waive any objection to such jurisdiction and venue. Applicable provisions of all Federal, State, County, and Local laws, and all ordinances, rules and regulations shall govern development, submittal and evaluation of all bids received in response hereto and shall govern any and all claims and disputes. INDEMNIFICATION: Contractor shall indemnify, defend, and hold harmless the School Board, its board members, employees, and representatives from and against all claims, suits, actions, damages, losses, expenses, and/or a cause of action, including but not limited to, economic loss, reasonable attorneys fees, and expenses, arising out of or in connection with this Agreement, provided that any such claims, suits, actions, damages, losses, expenses, and/or a cause of action, (i) is attributable to any person(s) claiming personal injury, bodily injury,

5 sickness, disease, or death; or damage to tangible property of a third party including the loss of use, (ii) loss of Contractor s tools and equipment used in connection with this Agreement, and (iii) is caused or incurred in whole or in part by Contractor or any of its subcontractors, agents, or anyone directly or indirectly employed by contractor, subcontractor, agents, regardless if caused in part by the School Board. This indemnification shall not apply to any claims, suits, actions, damages, losses, expenses, and/or a cause of action, arising from the School Board s sole gross negligence or intentional misconduct. Nothing in this Agreement shall be deemed to affect the rights, privileges, or be deemed a waiver of, or limitation of sovereign immunity protection and limitations of liability pursuant to F.S Section Any indemnity or assumption of liability hereunder shall be subject to the School Board s rights to sovereign immunity and any other limitations of liability pursuant to Florida law. ASSIGNMENT OF CONTRACT: The final contract to be awarded and any amounts to be paid thereunder shall not be transferred, pledged, or assigned without the prior written approval of the School Board. TERMINATION: The contract entered into between the parties may be terminated by the School Board upon occurrence of the following conditions: I. Lack of available funds by the School Board II. Lack of performance by the bidder VIOLATIONS: A violation of any of the stipulations, terms, and/or conditions listed and/or included herein may result in the bidder being removed from the School Board s bid list and the bidder being disqualified from conducting business with the School Board for a period of time to be determined on a case by case basis. BID PROTESTS: Any person who is adversely affected by a decision concerning this procurement, shall file a Notice of Intent to Protest in writing within 72 hours after the notice of decision is posted, excluding Saturdays, Sundays, and legal holidays. A formal written protest shall be filed no later than 10 days after the notice of intent to protest is filed. The Notice of Intent to Protest and formal written protest shall be filed with the Purchasing Department, Flagler County School Board, 1769 East Moody Blvd., Bldg. #2. The protest shall state the facts and law upon which the protest is based. Failure to file a protest or failure to post the bond or other security within the time frames or in the manner described above shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. REFERENCES: List at least three (3) recent commercial or government references where the proposed services have been provided within the past three (3) years. Use of the attached reference form will aid in the award process. Unless specifically asked by the School Board, the School Board shall not be listed as a reference. SECTION 4 INSTRUCTIONS Bidder shall read all solicitation documents and comply with all specified requirements. The bidder is responsible for ensuring that the ITB submittal is delivered to the attention of the Purchasing Department, Flagler County School Board, 1769 East Moody Blvd., Bldg. #2., no later than the due date and time noted in this bid. Submittals received after the specified date and time will not be opened or considered. The School Board is not responsible for timely delivery of postal services. , fax and verbal offers will not be accepted. SUBMISSION: All submissions are subject to the conditions specified herein. Those that do not comply with these conditions are subject to rejection. All bids must be executed and submitted in a sealed package using the district provided Sealed Bid Label. The bid package must include four (4) original copies and one (1) electronic copy. ELECTRONIC COPY: An electronic copy of the bid submittal (in PDF format) must replicate the actual packet of information being submitted in paper form and must include all signed forms and bid price sheet(s) along with any other required documentation specified. Acceptable forms of an electronic copy include a thumb drive or CD ROM. NO BID: If not submitting a bid, respond by returning the No Bid Response Form. EXECUTION OF BID: The bid must contain a written original signature of an authorized representative in the space(s) provided. All bids must be completed in ink or typewritten. If a price correction is necessary, draw a single line through the entered figure and enter the corrected figure. All price corrections must be initialed by the person signing the Bid. The School Board reserves the right to reject any Bid or Bid item completed in pencil or any Bid that contains illegible entries or price corrections not initialed. Only the terms and conditions of this solicitation as they were released, or amended via addendum, are valid. Any modification to any term or condition by a vendor is not binding unless it is expressly agreed to in writing by the School Board.

6 EXECUTION: The submission shall contain all required documents, including signed addenda, and must be completed in its entirety. The ITB must be typed or printed in ink. Use of erasable ink is not permitted. All corrections made in the submission shall be initialed. BID WITHDRAWAL: A bidder may withdraw from the bid process at any time before the closing date for the receipt of bids. Bid withdrawals must be written and addressed to the Purchasing Department, Flagler County School Board, 1769 East Moody Blvd., Bldg. #2, Bunnell, FL or via at conardk@flaglerschools.com. SECTION 5 METHOD OF EVALUATION METHOD OF EVALUATION: The contract shall be awarded to the responsible and responsive vendor who submits the lowest responsive bid, in accordance with Section Florida Statutes. SECTION 6 ATTACHMENTS AND OTHER REQUIRED DOCUMENTS ATTACHMENTS: The following documents are attached to this ITB and must be fully completed, executed and attached to the submittal. Please organize the bid submittal in the order below. A. Bid Cover Sheet B. Application for Certification C. Conflict of Interest Disclosure D. Jessica Lunsford Act Certification E. Public Entity Crimes Certification F. Drug Free Workplace Certification G. Sealed Bid Label (to be affixed to the outside of the envelope) H. Acknowledgment of Addenda I. Pricing J. No Bid Response Form (if applicable) K. Local Preference L. References M. Certification of Insurance Requirements OTHER REQUIRED DOCUMENTS (NOT ATTACHED): The following documents must be included in the submittal: Proof of Licensing (State and Local) Certificate of Liability W 9 Certificate of Insurance Bonding Capacity All bids must be executed and submitted in a sealed package using the district provided Sealed Bid Label. The bid package must include four (4) original copies and one (1) electronic copy.

7 ATTACHMENT A. Submit to: Flagler County School Board BID COVER SHEET Purchasing Department 1769 East Moody Blvd, Bld #2 Bunnell, Florida Bid and Contract Contact: Purchasing Dept ext Bid Title: #17 04 Matanzas High School Track Replacement Bid Due Date: December 7, 10:00 a.m. Pre Bid Date and Time: November 18, 10:00 a.m. Pre Bid Location: 3535 Old Kings Road North Palm Coast, FL Company Name: Phone Number: Address: Mailing Address: City/State/Zip: Federal ID No. : The vendor acknowledges that information provided in this Bid is true and correct and futher agrees to all terms and conditions as stated in the Bid. Authorized Signature Printed Name/Title Date

8 ATTACHMENT B. APPLICATION FOR CERTIFICATION The Application for Certification is hereby submitted to be considered to provide services as requested by Flagler County School Board. As such, I hereby authorize Flagler County School Board to obtain the information necessary to verify the information provided in the bid submittal and concerning my professional standing and reputation. As evidenced by my signature, I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, business or person submitting an offer for the same materials, supplies, equipment, or services, and is in all respects fair and without collusion or fraud. I further agree to abide by all conditions of this invitation, school board rules, policies and procedures and certify that I am authorized to sign this response. Upon approval by the School Board, the information contained herein shall constitute the contract between the School Board and vendor. I authorize Flagler County School Board and its authorized personnel to disclose the information provided in our application to designated personnel of other federal, state, or municipalities in the State of Florida. With the proper consent, purchases may be made under this bid by other governmental agencies within the State of Florida. Such purchases shall be governed by the same terms and conditions as stated herein. I further declare that we have examined the requirements and specifications for the materials to be furnished and have read all provisions prior to the submission of the bid. I acknowledge that I have read, understand and agree to the terms and conditions stated in this bid. If my bid is accepted, I agree to contract with the Flagler County School Board to deliver the services requested at the submitted bid prices. Name of Business Name of Authorized Official Title of Authorized Official Signature of Authorized Official

9 ATTACHMENT C. CONFLICT OF INTEREST DISCLOSURE Conflict of Interest: Bidders shall be familiar and comply with all applicable conflict of interest legal requirements including Florida's Code of Ethics for Public Officers, Chapter 112, Part III, Florida Statutes. Bidders must complete and submit this Conflict of Interest Disclosure. The form must be signed by an officer or by an authorized individual and notarized by a notary public. The Bidder may disclose any additional information regarding the existence or appearance of a conflict of interest under state or local laws. If the bidder or authorized agent omits, misrepresents or falsifies material information, the selection of the bidder and any executed contract shall be void. In accordance with the Conflict of Interest provision, the Bidder certifies the following: a. There are no identified conflicts of interest. b. The following potential conflicts of interest have been identified: Name of School Board Affiliate Relationship to Business Business Ownership Percentage Name of Business Name of Authorized Official Title of Authorized Official Signature of Authorized Official Sworn to and subscribed before me this day of, 20. Produced Identification Notary Public State of Type of Identification (Printed, typed or stamped commissioned name of notary public)

10 ATTACHMENT D. Sworn Statement Pursuant to Section , Florida Statutes; The Jessica Lunsford Act 1. We understand that during the 2005 Legislative Session, House Bill 1877, The Jessica Lunsford Act (hereinafter The Act or Act ) was passed and approved by Governor Bush on May 2, 2005, with an effective date of September 1, We understand that the Act sets forth the background screening requirements of section , Florida Statutes for all noninstructional school employees and contractual personnel by requiring all non instructional school district employees and contractual personnel who are permitted access on school grounds when students are present, who have direct contact with students or who have access to or control of school funds to meet level 2 screening requirements, as described in s Further, we understand that the Act defines contractual personnel to include any bidder, individual, or entity under contract with a school or a school board. 3. We understand that all subcontractors assigned by the contractor must also comply with background screening requirements of s We further understand that every 5 years following entry into a contract, all contracted personnel or individuals assigned by the contractor who meet the conditions in section 2., above, must meet level 2 rescreening requirements as described in s We understand that level 2 background screening requirements, as defined in section , Florida Statutes requires that fingerprints of all contractual personnel must be obtained and submitted to the Florida Department of Law Enforcement for state processing and to the Federal Bureau of Investigation for federal processing. 6. We understand that any costs associated with the required background screenings will be borne by the contractor. 7. We understand that if a (potential) contractor does not meet the level 2 requirements, the individual shall not be permitted to contract with the School Board and shall be immediately suspended from working in that capacity and shall remain suspended until final resolution of any appeals. 8. We understand that failure to comply with level 2 background screenings as required by section , Florida Statutes, will disqualify the contractor from conducting business with the School Board. Name of Business Name of Authorized Official Title of Authorized Official Signature of Authorized Official Sworn to and subscribed before me this day of, 20. Produced Identification Notary Public State of Type of Identification (Printed, typed or stamped commissioned name of notary public)

11 ATTACHMENT E. Sworn Statement Pursuant to Section (3), Florida Statutes Public Entity Crime We certify that we have read and understand Florida Statutes, section Public Entity crime; denial or revocation of the right to transact business with public entities. We understand a public entity crime, as defined in Florida Statutes, section , is a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid, proposal, reply, or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. We understand that a person or affiliate who has been placed on the convicted bidder list following a conviction for a public entity crime may not submit a bid, bid, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted bidder list. Please mark an (X) next to the statement which is applicable to your entity. Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in either management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in the management of the entity, or any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in the management of the entity, or any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted bidder list (a copy of the final order is required; please attach). Name of Business Name of Authorized Official Title of Authorized Official Signature of Authorized Official Sworn to and subscribed before me this day of, 20. Produced Identification Notary Public State of Type of Identification (Printed, typed or stamped commissioned name of notary public)

12 ATTACHMENT F. DRUG FREE WORKPLACE CERTIFICATION FORM In accordance with Florida Statute , preference shall be given to businesses with drug free workplace programs. Whenever two or more bids, which are equal with respect to price, quality, and service, are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied bidders has a drug free workplace program. In order to have a drug free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contend ere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug free workplace through implementation of this section. Please mark an (X) next to the statement which is applicable to your entity. As the person authorized to sign the statement, I certify that the firm: Has implemented a drug free workplace program which satisfies that statutory requirements above. Has NOT implemented a drug free workplace program which satisfies that statutory requirements above. Name of Business Name of Authorized Official Title of Authorized Official Signature of Authorized Official

13 ATTACHMENT G. SEALED BID LABEL Cut along the outer border and affix this label to your sealed bid envelope to identify it as a Sealed Bid. Be sure to include the name of the company submitting the bid where requested. SEALED BID DO NOT OPEN ITB #17 04 Matanzas High School Track Replacement Due Date: December 7, 10:00 a.m. Submitted by (Name of Company) Deliver to: Flagler County School Board Purchasing Department 1769 East Moody Blvd., Bldg. #2 Bunnell, FL 32110

14 ATTACHMENT H. ACKNOWLEDGMENT OF ADDENDA ITB #17 04 Matanzas High School Track Replacement Due Date: December 7, 10:00 a.m. Acknowledgment is hereby made of receipt of the following Addenda issued during the bidding period: Addendum No. Dated Name of Business Name of Authorized Official Title of Authorized Official Signature of Authorized Official

15 ATTACHMENT I. PRICING ITB #17 04 Matanzas High School Track Replacement Due Date: December 7, 10:00 a.m. Amount of Base Bid: $ Alternates (Do not include the base bid amount. The cost listed should be in addition to the base bid): 1. Add 8ft sidewalk to field house $ 2. Install type D curb around long jump and pole vault $ 3. Change color of track from black to blue $ It is the bidder s responsibility to check the website for final documents and addendums before submittal. Name of Business Name of Authorized Official Title of Authorized Official Signature of Authorized Official

16 ATTACHMENT J. NO BID RESPONSE FORM ITB #17 04 Matanzas High School Track Replacement Due Date: December 7, 10:00 a.m. If your company is not submitting a response to this Invitation to Bid, please complete and return this form prior to the due date established in the bid document. Submit bids to: Flagler County School Board Purchasing Department 1769 East Moody Blvd., Bldg. #2 Bunnell, FL conardk@flaglerschools.com This information will assist the Purchasing Department in the preparation of future bids. Company Name: Contact Person Name & Title: Telephone: E mail Address: Please check reason for a no bid response. Insufficient time to respond Specifications unclear Product/service or an equivalent is not offered Unable to meet specifications Unable to meet bond requirements Unable to hold prices firm throughout the term of the contract period Unable to meet insurance requirements Other: Name of Business Name of Authorized Official Title of Authorized Official Signature of Authorized Official

17 ATTACHMENT K. LOCAL PREFERENCE The School Board has established a policy for the procurement of local goods and services as follows: A. Application and Exclusions 1. It shall be the policy of the Flagler County School Board to afford local preference to local Flagler County vendors. Local Flagler County vendors shall mean any business that has a valid local business tax receipt within the limits of Flagler County and has a verified business (physical location, not a post office box) located within Flagler County which employees are located and from which business is regularly transacted on a day to day basis. The business employs full time employees within Flagler County for a minimum of 6 months prior to the date bids or quotes are received. These provisions apply only to Formal Bids, Request for Quotes or Proposals. B. Local Preference Procedure 1. On competitive sealed bids up to $250,000, the local bid preference to be awarded in this policy shall be in an amount not to exceed 5% of the local business' total bid price. The total bid price shall include not only the base bid but any alternatives that are part of the bid and awarded by the School Board. 2. Competitive sealed bids over $250,000 that have subcontracting capabilities, shall require the bidders to submit a subcontracting plan identifying local vendors to be utilized. If bidder fails to submit such a plan, the bidder will be ineligible for award of any local vendor preference. Local vendor preference for bids over $250,000 shall be 3% for the general contractor if they meet the local vendor preference eligibility as defined in this section. The bidder can earn an additional 1/2% for each local vendor (where such local vendor's subcontract represents at least 5% of the total bid) and up to a maximum of 5% of the project bid total for local vendor preference and the cost differential does not exceed $25, On request for proposals and quotes up to $25,000, packages sent out shall provide for a proposal to receive up to 5% based on the local vendor preference set up in the section. C. Exceptions to local preference policy Local preferences shall not apply to any of the following purchases or contracts: 1. Goods or services provided under a cooperative purchasing agreement or interlocal agreement. 2. Contracts for professional services procurement of which is subject to the CCNA. 3. Purchases or contracts which are funded, in whole or in part, by a government entity and the laws, regulations, or policies governing such funding prohibit application of that preference. 4. Purchases made or contracts made under emergency or noncompetitive situations. 5. Purchases with an estimated cost of less than $5, The application of local preference to a particular purchase, contract, or category of contracts for which the School Board is awarding authority may be waived upon written justification and recommendation by the Superintendent and approved by the School Board. 7. The preference established in this policy does not prohibit the right of the School Board or other authorized purchasing authority to compare quality or fitness for use of supplies, materials, equipment and services proposed for purchase and compare qualifications, character, responsibility and fitness of all persons, firms, or corporations submitting bids for proposals. 8. The bid preference established in this policy does not prohibit the School Board, or other authorized purchasing authority, from giving any other preference permitted by law in addition to the preference authorized in this policy. As the person authorized to sign the statement, I certify that the firm: Has met the local vendor requirements above (attach a valid local business tax receipt). Has NOT met the local vendor requirements above. Name of Business Name of Authorized Official Title of Authorized Official Signature of Authorized Official

18 ATTACHMENT L. REFERENCE FORM Please provide the below information for three agencies for whom you have provided goods or services that are similar in scope to the goods and/or services required by this solicitation. Agency Name: Contact Person: Phone: Project Value: Completion Date: Comments: Description: Agency Name: Contact Person: Phone: Project Value: Completion Date: Comments: Description: Agency Name: Contact Person: Phone: Project Value: Completion Date: Comments: Description:

19 ATTACHMENT M. CERTIFICATION OF INSURANCE REQUIREMENTS School Board Policy #733 Insurance Requirements for Design Professionals and Contractors I. Consultants and Design Professionals A. Acquisition and Disposal of Real Property: Consultants contracted to perform Environmental Site Assessment shall carry two million dollars ($2,000,000.00) in professional liability insurance. II. Design Professional Insurance A. The Design Professional shall carry insurance against errors and omissions or liability: 1. The design professional shall carry a minimum of $2,000, on projects estimated to cost not more than $10,000, and a minimum of $4,000, on projects estimated to cost more than $10,000, Design Professionals selected for reuse of Flagler School Board prototype plans shall carry a minimum of $2,000, The insurance requirement should be included in the advertisement for request for services. 3. Design Professionals must purchase insurance on a project by project basis. B. Design Professionals contracted for the express purpose of reviewing construction documents: II. A Design Professional selected by RFQ process will be utilized to review all construction documents where estimated cost is over $1,000,000. unless reviewed by the Department of Education (DOE). Any Design Professional reviewing documents, other than the DOE, will comply with the following: A. The Design Professional shall carry a minimum of twenty five percent (25%) of the estimated cost of the project. B. The insurance requirement should be included in the advertisement for request for services. C. Design Professionals must purchase insurance on a project by project basis. II. Payment and Performance Bonds A. A payment and performance bond is required on all new facility construction contracts over the amount established in F. S (1)(e). 1. Contractors shall adjust the amount of the payments and performance bond with each approved change order. 2. Contractors shall furnish payment and performance bonds to Flagler County Public Schools equal to the Guaranteed Maximum Price or Stipulated Sum cost of the project, whichever is applicable. 3. A contractor is not required to secure a surety bond from a specific agent or bonding company. The bond must state on its front page: The name, principal business address, the phone number of the contractor, the surety, the owner of the property being improved, the contract number assigned by Flagler County Public Schools and a description of the project sufficient to identify it, such as a legal description or the street address of the property being improved, and a general description of the improvement. 4. Such bond shall be conditioned upon the contractor's performance of the construction work in the time and manner prescribed in the contract and promptly making payments to all persons defined in s , who furnish labor, services, or materials for the prosecution of the work provided for in the contract. II. Contractor Insurance Requirements A. Broad Form Property Damage Including Completed Operations: any person entering into a formal contract with Flagler County Public schools for the construction of a building, shall, before commencing the work or before recommencing the work after a default or abandonment, deliver an ISO Broad Form Commercial General Liability Policy. Liability Insurance shall include all major division of coverage and be on a comprehensive basis including but not limited to: 1. Premises Operations (including X, C, and U coverage except when work does not include foundation, structural work, pressure fired vessels or materials or constructions that could explode). 2. Independent Contractor's Protective 3. Products and Completed Operations 4. Personal Injury Liability with Employment Exclusion deleted. Hazards A, B. and C. 5. Owned, non owned and hired motor vehicles. 6. Broad Form Property Damage including Completed Operations.

20 II. 7. Employees as additional insured. B. The insurance required shall be written for not less than the following limits. 1. Workers' Compensation: a. Employers Liability: $500,000. per accident, $500,000. Disease, Policy Limit $500,000. Disease, Each Employee. The contractor shall require its subcontractors to provide Workers' Compensation Insurance for all employees unless such employees are covered by the protection afforded by the contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any case of employees engaged in hazardous work under this contract at the site of the project is not protected under the Workers' Compensation Statute, the contractor shall provide, and cause each subcontractor to provide, adequate insurance satisfactory to the Owner for the protection of his employees not otherwise protected. 2. Comprehensive General Liability (Including Premises Operations; Independent Contractor's Protective; Products and Completed Operation Broad Form) (Liability, Contractual Liability) 3. Bodily Injury a. Each Occurrence $1,000, b. Annual Aggregate $2,000, Completed Operations and Products Liability shall be maintained for one (1) year after final payment. 3. Property Damage Liability Insurance shall include coverage for the following hazards: X, C, U. 4. Comprehensive Automobile Liability (including owned, non owned, and hired vehicles): 1,000, Combined Single Limit for Bodily Injury and Property Damage. 5. The School Board of Flagler County shall be listed both as an "Additional Insured" and "Certificate Holder" on the policy. Asbestos Abatement A. Prior to issuing any abatement contract, which shall be based on specifications prepared by an asbestos consultant, the contracting agency shall verify that the asbestos contractor has liability insurance with a pollution endorsement against claims or claim expenses arising from any abatement project. B. In the event such liability insurance ceases to be available to asbestos contractors, the asbestos contractor shall post a surety bond or letter of credit. We hereby acknowledge that we have read, understand, and will comply with the above School Board Policy #733, Insurance Requirements for Design Professionals and Contractors. NOTE: Attach Certificate of Liability Insurance and Bonding Capacity (if applicable). Name of Business Name of Authorized Official Title of Authorized Official Signature of Authorized Official

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

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

More information

INVITATION TO BID (ITB)

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

More information

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

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

More information

INVITATION TO BID U Directional Boring Utility Department

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

More information

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

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

More information

CITY OF TITUSVILLE, FLORIDA

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

More information

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

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

More information

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

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

More information

Glenwood/Bell Street Well Pump and Piping Construction

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

More information

INVITATION TO BID (ITB)

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

More information

INVITATION TO BID-R Frieda Zamba Pool Renovations

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

More information

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

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

More information

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

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

More information

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

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

More information

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

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

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

More information

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

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

More information

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

Invitation to Bid-B A Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Invitation to Bid-B-06-01-A Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Purpose: The City of Palm Coast, Flagler County, Florida is accepting proposals to provide underbrush mowing (Fire

More information

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

RFP GENERAL TERMS AND CONDITIONS

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

More information

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

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

More information

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION

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

More information

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03

More information

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

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

More information

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

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

More information

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

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

More information

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

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

More information

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

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

More information

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

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

More information

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

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

More information

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

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

More information

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

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

More information

P R O P O S A L F O R M

P R O P O S A L F O R M GRAVEL 22A & 23A P R O P O S A L F O R M Bid Due: May 18, 2018-9:00 am To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City, MI 49696 The undersigned hereby certifies that they

More information

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC)

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

More information

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services Request for Qualifications RFQ #13-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

More information

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services Request for Qualifications RFQ 19-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS. Quotation Number 14-Q06/PF

PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS. Quotation Number 14-Q06/PF PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS May 21, 2014 Quotation Number 14-Q06/PF PURCHASING SERVICES CONTACT: Phillip Ford, Purchasing Supervisor; pford@swa.org, Telephone

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

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

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

More information

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

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

More information

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

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

More information

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

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

More information

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS

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

More information

2145 MetroCenter Boulevard, Suite 200 Orlando, FL INVITATION TO BID ITB MS

2145 MetroCenter Boulevard, Suite 200 Orlando, FL INVITATION TO BID ITB MS FLORIDA VIRTUAL SCHOOL 2145 MetroCenter Boulevard, Suite 200 Orlando, FL 32835 INVITATION TO BID ITB-08-9130-1028-MS PRINTING SERVICES AND PROMOTIONAL PRODUCTS Bids will be accepted on or before 11:00

More information

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

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

More information

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

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

More information

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

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

More information

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

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

More information

W I T N E S S E T H:

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

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign

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

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

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

More information

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) MBE Planned Utilization (Form )

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) MBE Planned Utilization (Form ) ATTACHED FORMS Drug-Free Workplace Program Certification (Form 375-040-18) MBE Planned Utilization (Form 375-040-24) Performance Bond (Form 375-040-27) Bid Opportunity List (From 375-040-62) 1 DRUG-FREE

More information

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

More information

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

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

More information

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

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

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

More information

Dedicated to Excellence... People Serving People

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

More information

Botetourt County Public Schools

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

More information

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 Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services Request for Qualifications RFQ #18-001 Continuing Services Contracts for Professional Surveying Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information

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

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

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

CONSTRUCTION SOLICITATION/QUOTATION/ PURCHASE ORDER

CONSTRUCTION SOLICITATION/QUOTATION/ PURCHASE ORDER Palm Beach County Department of Environmental Resources Management 2300 North Jog Road, 4 th Floor West Palm Beach, FL 33411-2743 Phone: 561-233-2400 Fax: 561-233-2414 REV. 02/2011 CONSTRUCTION SOLICITATION/QUOTATION/

More information

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

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

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.

More information

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

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

More information

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE EXHIBIT 1 Solicitation Date: PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED

More information

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

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

More information

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS REQUEST FOR BIDS BID REQUEST NO. 604712 02 SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS ISSUE DATE: FEBRUARY 1, 2019 BID OPENING DATE: FEBRUARY 11, 2019 3:00 PM LOCAL TIME ISSUED

More information

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE

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

More information

CITY OF 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

OFFICIAL BID FORM & BID DOCUMENTS

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

More information

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

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

More information

BIDDING AND CONTRACT DOCUMENTS ITB

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

More information

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

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535 EQUIPMENT WITH OPERATOR P R O P O S A L F O R M Due Date: April 21, 2016-9:00 am MITN Code: 97535 To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City MI 49696 The undersigned

More information

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

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

More information

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

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form )

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form ) ATTACHED FORMS Drug-Free Workplace Program Certification (Form 375-040-18) Anticipated DBE Participation Statement (Form 375-040-63) Bid Opportunity List (From 375-040-02) In State Preference for Commodity

More information

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

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

More information

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

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

More information

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida,

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida, EXHIBIT 1 Solicitation Date: June 8, 2018 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED CONTRACTORS BY THE STATE OF FLORIDA DEPARTMENT OF MILITARY AFFAIRS HEREINAFTER REFERRED TO AS OWNER, FOR CONSTRUCTION

More information

INVITATION TO BID. ITB WDSC-TV Cameras

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

More information

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

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

More information

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

More information

West Ridge Park Ballfield Light Pole Structural Assessment

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

More information

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

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

City of Bowie Private Property Exterior Home Repair Services

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

More information

RFQu # Musical Instruments July 25, 2018

RFQu # Musical Instruments July 25, 2018 RFQu # 18-178 Musical Instruments July 25, 2018 Collier County Public Schools (CCPS) will accept submittals for RFQu (Request for Qualifications) #18-178 Musical Instruments. Products and services requested

More information

INVITATION TO BID (ITB)

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

More information

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

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

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

More information

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

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

More information

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

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

More information

Request for Proposal

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

More information