JUNK REMOVAL SERVICES RFP

Size: px
Start display at page:

Download "JUNK REMOVAL SERVICES RFP"

Transcription

1 WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS JUNK REMOVAL SERVICES RFP RESPONSES ARE DUE BY: Thursday, October 16, 2014 MAIL OR DELIVER RESPONSES TO: Wakulla County Board of County Commissioners Purchasing Office 3093 Crawfordville Highway PO Box 309 Crawfordville, FL Contact: Katie Taff at or via at FAX 1

2 INTRODUCTION Wakulla County, Florida, is requesting sealed written proposals from vendors for the provision of junk removal services for the Code Enforcement Department of Wakulla County. The County will enter into negotiations with a maximum of 5 vendors in order to establish a list of service providers who may provide services pursuant to the Junk Removal Services Agreement (the Agreement ), incorporated herein. All proposals will be submitted to the Wakulla County Code Enforcement Board for review. The Code Enforcement Board shall rank the responding vendors and recommend a short list to the Wakulla County Board of County Commissioners of those vendors with which to enter into agreements. The terms of the Junk Removal Services Agreements shall be subject to the ultimate approval of the Board of County Commissioners. Specific projects shall be awarded on a project-by-project basis pursuant to a Request for Quotes submitted to all vendors with which the County enters into an Agreement. Parties interested in preparing a response to this Request for Proposals must complete the requirements set forth in the attached documents. Under the proposal process of Wakulla County, the conditions set forth herein are binding on the Respondent as confirmed by the signature of an officer on the cover letter. Wakulla County welcomes your response and reserves the right to reject any response found to be non-responsive, vague, or non-conforming. The County also reserves the right at any time to withdraw all or part of this request in order to protect its best interests. The County is not liable for any costs incurred by the party in preparing its response, nor is a response an offer to contract with your firm. Pursuant to Chapter 119, Florida Statutes, all responses are subject to Florida s public records laws. SECTION 1. GENERAL INFORMATION 1.1 Objective The objective of the RFP is to secure the services of up to five vendors who are capable of efficiently removing junk, household garbage, household hazardous waste and junked vehicles. The selected vendors must be capable of removing all junk or performing all services within the time frame required by the County for an individual project. 1.2 Definitions As used herein, the following terms shall have the following definitions: Contractor or Contractors means the successful Respondent or Respondents. Contract Administrator means the Wakulla County staff person identified in and responsible for administering the Junk Removal Services Contract. 2

3 Junk means any garbage, rubbish, or litter, any junked or abandoned motor vehicle or parts thereof, and any personal property or other article having only nominal salvage value, which has been left unprotected from the elements; any tangible item made of wood, plastic, metal, stone, rubber glass or similar material which is discarded or is to be discarded by the owner or use, including, but not limited to, furniture, vehicles, stoves, refrigerators, dishwashers, televisions, water heaters, clothes washers and dryers, plumbing fixtures, screens, doors, beds, mattresses and similar items; and inoperative dilapidated, abandoned or wrecked materials including but not limited to automobiles, trucks, tractors, wagons, boats and other kinds of vehicles and parts thereof, scrap builders' materials, scrap contractors' equipment, tanks, casks, cans, barrels, boxes, drums, piping, bottles, glass, old iron, machinery and the like. Household garbage means any garbage or trash generated by the domestic or household activities of one or more individuals living in a single residence or in single, separate quarters, and excluding specifically any industrial wastes, solid waste generated by commercial property and any waste collected on the site of a multifamily development which consists of the accumulated waste of more than one individual or family living in separate quarters or residences. Household hazardous waste means materials or combinations of materials which require special management techniques because of their acute and/or chronic effects on air or water quality, on fish, plants, wildlife and other biota, and on the health, safety and welfare of the public. These materials include, but are not limited to, volatile, chemical, biological, explosive, flammable, radioactive and toxic materials. Junked vehicles means vehicles meeting the following criteria: 1. Vehicles from which any part, equipment, or piece thereof necessary for its operation is and remains removed there from for a period of at least thirty (30) days. 2. Vehicles located on the premises of another without written permission of the owner of such property or premises. 3. Vehicles located on property contrary to or in violation of any zoning law, regulation, or ordinance. 4. Vehicles found at any location in the county and the owner or any person having custody or possession thereof cannot, after reasonable search and inquiry, be found or located. 5. Vehicles located in close proximity to a parcel or tract of land with other junked or abandoned vehicles, and not under the control or supervision of some person whose whereabouts can be ascertained upon reasonable search and inquiry. 6. Vehicles that appear, after reasonable search and inquiry, to be junked or abandoned. 3

4 1.2 Calendar of Events All times listed in the Calendar of Events are Eastern Standard Time EVENT DATE & LOCATION RFP Released and Advertised Thursday, September 25, 2014 Non Mandatory Pre-Proposal Meeting Tuesday, October 7, 10:00 a.m Crawfordville Hwy Crawfordville, FL Technical Questions Due from Friday, October 10, 2014 Prospective Respondents Responses to Technical Questions Monday, October 13, 2014 Posted Proposals Due and Opened (NO FAX Thursday, October 16, 2014 ACCEPTED) Evaluation Team to Evaluate Responses Friday, October 17, 2014 Thursday, October 23, 2014 Posting of Intended Award Monday, October 27, 2014 Board Consideration November 3, 2014 Anticipated Start Date Upon Issuance of Notice to Proceed 1.3 Pre-Proposal Conference A non-mandatory pre-proposal conference will be held: Tuesday, October 7, :00 AM, Eastern Standard Time Board of County Commission Complex 3093 Crawfordville Highway Crawfordville, FL This is a voluntary meeting for all Respondents. This is an opportunity to obtain answers to any questions concerning the RFP prior to the Proposal Due Date. Prospective responders may attend and submit questions in writing as the questions may prompt the issuance of an addendum. The purpose of the non-mandatory pre-proposal conference is to provide Respondents with detailed information concerning this solicitation and to address questions and concerns. Respondents are cautioned that in no event shall failure to familiarize themselves with the requirements of this solicitation, or to resolve ambiguous or inconsistent terms or conditions of this solicitation or the Contract, constitute grounds for a claim of any kind after contract award. 1.4 Mandatory Requirements The Wakulla County Board of County Commissioners (BoCC) has established certain mandatory requirements which must be included as part of any response. The use of the terms shall, must, or will (except to indicate simple futurity) in this RFP indicates a mandatory 4

5 requirement or condition. The words should or may in this RFP indicate desirable attributes or conditions, but are permissive in nature. Deviation from, or omission of, such a desirable feature will not by itself cause rejection of a response. Responses which do not meet all material requirements of this request or which fail to provide all required information, documents, or materials such as request forms, etc., will be rejected as non-responsive. Material requirements of the bid are those set forth as mandatory, or without which an adequate analysis and comparison of replies is impossible, or those which affect the competitiveness of replies or the cost to the County. Respondents whose replies, past performance or current status do not reflect the capability, integrity or reliability to perform fully and in good faith the requirements of the contract may be rejected as non-responsible. The Code Enforcement Board reserves the right to determine which replies meet the material requirements of the RFP and which Respondents are responsible and/or responsive. Further, the Code Enforcement Board or the County Commission may reject any and all proposals and seek new proposals when it is in the best interest of the County to do so. 1.5 General Instructions to Respondents a. Items listed on the checklist in this form and all other items required within this RFP must be executed and/or submitted in a sealed envelope. Address your sealed envelope as follows: RFP JUNK REMOVAL SERVICES Wakulla County Board of County Commissioners Wakulla County Purchasing Office Attention: Katie Taff Hand Delivered: 3093 Crawfordville Highway, Crawfordville, FL Mailed: P.O. Box 1263, Crawfordville Highway, Crawfordville, FL b. Proposals must be typed or written in ink. No changes in or corrections to proposals will be allowed after the proposals are opened. c. All proposals shall include ONE (1) ORIGINAL, SO IDENTIFIED AND EIGHT (8) COMPLETE COPIES, in a SEALED envelope (or other packaging). d. PROPOSALS MUST BE RECEIVED AT OR BEFORE THE TIME AND DATE reflected on the timeline in the Calendar of Events of this RFP. e. It is the Respondent s responsibility to ensure the proposal is delivered to the proper place and time as required in this RFP. The official date and time of receipt is the date and time the proposal is stamped by the County. Late proposals will not be accepted. 5

6 The County will in no way be responsible for delays in mail delivery or delays caused by any other occurrence. f. Inquiries. Questions related to this RFP must be received in writing by the contact person listed below by the time indicated in the Calendar of Events. Questions may be sent US mail, courier, , fax, or hand-delivered to the sole point of contact, listed below. No telephone calls will be accepted. Inquiries submitted after the period specified in the Calendar of Events will not be addressed. Answers to written questions received by the time and date listed in the Calendar of Events will be posted on the county s website at: Submit questions in writing to: Wakulla County Purchasing Office 3093 Crawfordville Highway Attention: Katie Taff Crawfordville, Florida FAX: purchasing@mywakulla.com g. It is the responsibility of all potential Respondents to monitor this site for any changing information prior to submitting a response. h. Respondents responding to this RFP or persons acting on their behalf may not contact, between the release of the solicitation and the County s posting the notice of intended award, any County employee, any member of the Code Enforcement Board, or County Commissioner, concerning any aspect of this solicitation, except in writing to the procurement officer as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response. i. The representative from the Respondent signing the Proposal, must declare that the proposal is in all respects fair and in good faith, without collusion or fraud, and that the representative of the Respondent has the authority to bind the Respondent. j. The County shall not be liable for any costs incurred by a Respondent prior to entering into a Contract. k. Proposals must be tabbed and include all information required under Section 3 of this RFP. l. The County reserves the right to seek additional/supplemental information on specific issues, as needed. 6

7 1.6 Signing of Proposals a. Proposals submitted by a corporation must be executed in the corporate name by the president or a vice president, and a corporate seal must be affixed and attested to by the secretary or assistant secretary of the corporation. The corporate address and state of incorporation must be shown below the signature. b. Proposals submitted by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. c. If Respondent is an individual, his signature shall be inscribed. d. If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the proposal. e. All proposals shall have names typed or printed below all signatures. f. All proposals shall state the Respondent's contractor license number, if applicable. g. Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. 1.7 Withdrawal of Proposals Any proposal may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of proposals, provided that the withdrawal is requested in writing, properly executed by the Respondent and received by County prior to the opening of proposals. The withdrawal of a proposal will not prejudice the right of a Respondent to file a new proposal prior to the time specified for Bid opening. 1.8 Interpretation of Contract Documents No interpretation of the meaning of the Scope of Services or other RFP documents shall be made to a Respondent orally. Any such oral or other interpretations or clarifications shall be without legal affect. All requests for interpretations or clarifications shall be in writing, addressed to the County, to be given consideration. All such requests for interpretations or clarification must be received by the deadline in the Calendar of Events. Any and all such interpretations and supplemental instructions shall be in the form of written addendum which, if issued, shall be sent by mail to all known Respondents at their respective addresses furnished for such purposes no later than the date provided for responses to inquiries on the Calendar of Events. Such written addenda shall be binding on Respondents and shall become a part of the Bidding Documents. It shall be the responsibility of each Respondent to ascertain, prior to submitting his Proposal that he has received all addenda issued and he shall acknowledge same in his Proposal. 7

8 SECTION 2. SCOPE OF SERVICES 2.1 General The Wakulla County Code Enforcement Office and the Code Enforcement Board are seeking responses to this RFP for entry into Agreements with responsible and responsive Vendors for the provision of junk removal services. Vendors are sought who are capable of providing professional cleanup services on private property as ordered by the Code Enforcement Board. Contractor shall be capable of providing all expertise, personnel, tools, materials, equipment, transportation, supervision, and all other services and facilities of any nature necessary to execute, complete and deliver the timely removal and lawful disposal of all junk and other materials. Contracted services shall include the following: 1. Removal of junk or other materials, junked and abandoned vessels, junked and abandoned vehicles and recreational vehicles, trash, household garbage, rubbish, construction materials, debris, household hazardous waste, metals, and appliances, or any other junk removal services required by Wakulla County, in conformance with the appropriate County, State, and Federal regulations. 2. Conducting an inventory, impounding, and storing any removed material for a period of time of up to fifteen (15) days, if necessary. The storage of any such materials shall be in a secure location, which may include the Contractor s place of business. 3. The sale, if the junk or other material has any salvage value, or proper disposal of all junk and other material removed, including paying any costs of the sale or tipping costs and other disposal costs, in a manner consistent with the County s junk ordinance. Upon receipt of a Code Enforcement Board order requiring cleanup of private property which is in violation of a Wakulla County Ordinance, the Code Enforcement Officer shall send a Request for Quotes to each Contractor with whom the County approves an Agreement. The Request for Quotes shall identify and set forth all requirements for the project. Such Contractors shall then inspect the subject property and provide a written quote to the Code Enforcement Officer for the necessary services. The lowest quote shall be awarded the individual project on a Work Authorization basis. Proceeds from the sale of junk shall be returned to the County and shall be used to pay all cleanup costs and administrative costs and fines imposed by the Code Enforcement Board which remain outstanding with any remainder being returned to the property owner. 8

9 Vendors with whom the County enters into an Agreement must exercise due care in entering private property and removing junk and other materials, and take all steps to protect landscaping, buildings and other structures located on the property being cleaned. 2.2 Work Hours All activity associated with removal and disposal of junk and other materials shall be conducted during visible daylight hours only, between dawn and dusk. Such activities conducted on private property shall further be conducted in such a manner to minimize any disturbance of the property owner or other persons using such property. SECTION 3. QUALIFICATIONS, REVIEW OF PROPOSALS, SELECTION OF CONTRACTORS, AND AWARD OF PROJECTS Respondents responding to this RFP who satisfy the required qualifications and are deemed to be responsive, responsible vendors shall be ranked by the Wakulla County Code Enforcement Board, which shall serve as the evaluation team. In ranking proposals the Code Enforcement Board shall evaluate the proposals on the basis of the information provided by the Respondent, and rank each proposal for compliance with the qualifications and mandatory requirements of the RFP. Responses to this RFP that do not meet the requirements specified herein will be considered nonresponsive or not responsible, as applicable. In the best interest of Wakulla County, the Board of County Commissioners reserves the right to reject any and all responses or waive any minor irregularity or technicality in responses received. Respondents are cautioned to make no assumptions unless their response has been deemed responsive. A printed copy of the Response tabulation will be posted in the Purchasing Office and at the County s Administrative Offices and on the county s website ( A copy will also be available upon written request to the Purchasing Office. Each written request must contain a self-addressed, stamped envelope and must reference the solicitation title and number. 3.1 Qualifications/Proposal Requirements Respondents seeking to provide junk removal services must demonstrate their ability to perform the required services, and proposals shall be evaluated based on the following criteria: 1. Experience and Ability: Proposals shall include a brief statement of the Respondents ability to perform the anticipated work, and experience or ability, including a statement as to the Respondent s ability to handle and address the removal of Household Hazardous Waste. In addition, the Respondent shall provide a list of at least three (3), but no more than five (5), projects of a similar nature completed by the Respondent, including the name of the client. The Respondent may include projects completed on behalf of the County. These requirements shall be submitted on the form attached to this RFP as Attachment 2. 9

10 Along with the form, Respondents should include a list and/or copies of all professional certificates, permits, or licenses necessary to do business in Florida and in Wakulla County, including a valid, current business tax receipt. Note: In the event large quantities of hazardous material or material other than household hazardous wastes are located on the property, Contractor should seek outside assistance to ensure the proper identification and disposal of such waste. 2. Past Performance: Proposals shall provide at least three (3) references for contracts of a similar size and scope, if available. If three references are not available, then references from any professional contracts, including at least two references for current contracts or those awarded during the past five years should be included on Attachment 3 to this RFP. Include the name of the organization, the length of the contract, a brief summary of the work, and the name and telephone number of a responsible contact person. Also provide a description of any conflicts or pending litigation occurring within the last five years with these or any other contract for similar work. Information pertaining to conflicts and litigation shall be provided in the form attached as Attachment 4 to this RFP. 3. Storage: The address and location at which any salvageable material will be stored in accordance with the Junk Ordinance. This information shall be provided on the form attached as Attachment 5 to this RFP. When responding to a Request for Quotes for a specific job, selected Contractors must submit the following additional information: 1. A quote for provision of the required junk removal services. 2. The earliest date on which such services may be provided. 3. A description of the manner in which all salvageable items, if any, will be sold. 4. Payment Bond, as deemed necessary per quote. 5. Updated Certificate of Insurance, if necessary. 3.2 Local Preference in Purchasing and Contracting (A) Unless otherwise prohibited by prevailing law or policy, in the purchasing of, or letting of contracts for procurement of, personal property, materials, contractual services, and construction of improvements to real property or existing structures for which an invitation to bid, request for proposals, or other procurement document is issued, a local preference of the bid price or total score shall be assigned for a local preference to a respondent, as follows: (1) A respondent which has a principal office located within Wakulla County and which satisfies the definition of a Local Business as set forth in paragraph (B)(1) this section shall be given a preference in the amount of five percent (5%) of the bid price or five percent (5%) of the total points available, whichever is applicable. For those 10

11 projects estimated to be less than $200,000.00, a respondent which has a principal office located within Wakulla County and which satisfies the definition of a Local Business as set forth in paragraph B.1 of this section shall be given a preference in the amount of ten percent (10%) of the bid price or ten percent (10%) of the total points available, which is applicable. (2) If no Local Business as defined in paragraph (B)(1) of this section is competing on a project, respondents which satisfy the definition of a Local Business as set forth in paragraph (B)(2) of this section shall be given a preference in the amount of four percent (4%) of the bid price or four percent (4%) of the total points available, whichever is applicable. (3) If no Local Business as defined in paragraphs (B)(1) or (B)(2) of this section are competing on a project, respondents which satisfy the definition of a Local Business as set forth in paragraph (B)(3) of this section shall be given a preference in the amount of three percent (3%) of the bid price or three percent (3%) of the total points available, whichever is applicable. (B) Local Business means, for the purposes of this section: (1) A business that has a current business tax receipt issued by Wakulla County, if required, and has its principal office located within Wakulla County currently and for the six (6) month period immediately preceding submission of a response to an invitation to bid, request for proposal, or other procurement document; or (2) A business that has both a fixed office or distribution point located in and having a street address within Wakulla County currently and for the six (6) month period immediately preceding the issuance of the invitation to bid or request for proposals or other procurement document by the County and a current business tax receipt issued by the appropriate county for said business, if required; and at least one (1) full time employee whose primary residence is in Wakulla County, or two (2) part-time employees whose primary residences are in Wakulla County, or, if the business has no employees, the business shall be at least fifty (50%) owned by one or more persons whose primary residence is in Wakulla County. (3) A business that has both a fixed office or distribution point located in and having a street address within Franklin County, Jefferson County, Leon County, or Liberty County currently and for the six (6) month period immediately preceding the issuance of the invitation to bid or request for proposals or other procurement document by the County and a current business tax receipt issued by the appropriate county for said business, if required; and at least one (1) full time employee whose primary residence is in Franklin County, Jefferson County, Leon County, or Liberty County, or two (2) parttime employees whose primary residences are in Franklin County, Jefferson County, 11

12 Leon County, or Liberty County, or, if the business has no employees, the business shall be at least fifty percent (50%) owned by one or more persons whose primary residence is in Franklin County, Jefferson County, Leon County, or Liberty County. (C) Any respondent claiming to be a Local Business shall so certify in writing to the Purchasing Division. The certification shall provide all necessary information to meet the requirements above. The purchasing agent shall not be required to verify the accuracy of any such certifications, and shall have the sole discretion to determine if a respondent is a Local Business. (D) The preference of 3%, 4%, or 5% (or 10% for those projects less than $200, as governed by subsection a.1) in an invitation to bid or other procurement not using points-based evaluation criteria shall be applied and deducted from the total amount of the bid price. The preference of 3%, 4%, or 5% (or 10% for those projects less than $200, as governed by subsection a.1.) of the total points available in a request for proposals or other procurement using points-based evaluation criteria shall be applied and added to the total points received by a respondent. (E) If, after application of the local preference there is a tie between two respondents, the award of the project will go to the Local Business Attachments to RFP This Request for Proposals includes and incorporates by reference the following attachments (some of which must be submitted along with the Respondent s response): Attachment 1. Attachment 2. Attachment3. Attachment 4. Response Transmittal Form: Respondents are required to complete, sign, and return the Response Transmittal Form with their response submittal. This form must be completed and signed by a representative who is authorized to contractually bind the Respondent. Statement of Experience and Ability: Respondents are required to complete, sign, and return the Statement of Experience and Ability with their response submittal. This form must be completed and signed by a representative who is authorized to contractually bind the Respondent. In addition to the signed statement, Respondents must provide any licenses, certificates, or permits necessary to do business in Florida or Wakulla County. Reference Form: Three reference forms must be provided meeting the requirements described above, with the response submittal. Pending Litigation Form: Respondents must provide a statement of any conflicts or pending or completed litigation occurring the last five years 12

13 for similar work. If none, simply indicate none. This form must be completed and signed by a representative who is authorized to contractually bind the Respondent. Attachment 5. Attachment 6. Attachment 7. Attachment 8. Attachment 9. Attachment 10. Attachment 11. Attachment 12. Attachment 13. Storage Information: Respondents must provide the address and location at which any salvageable material will be stored in accordance with the Junk Ordinance. Such location shall offer safe and secure storage for at least 15 days. This form must be completed and signed by a representative who is authorized to contractually bind the Respondent. Public Entity Crimes Form: This form must be completed and signed by a representative who is authorized to contractually bind the Respondent. Equal Opportunity/Affirmative Action Statement: This form must be completed and signed by a representative who is authorized to contractually bind the Respondent. Non-Collusion Affidavit: This form must be completed and signed by a representative who is authorized to contractually bind the Respondent. Certificate Regarding Debarment: This form must be completed and signed by a representative who is authorized to contractually bind the Respondent. Local Contractor Certification: This form must be completed and signed by a representative who is authorized to contractually bind the Respondent. Drug Free Workplace Certification: This form must be completed and signed by a representative who is authorized to contractually bind the Respondent. Conflict of Interest Disclosure Statement: This form must be completed and signed by a representative who is authorized to contractually bind the Respondent. Agreement for Junk Removal Services: This is the Contract for Junk Removal Services which will be entered into with up to five (5) Contractors. 3.4 Evaluation and Selection Process 1. The proposals submitted in response to this request will be evaluated by a selection committee consisting of members of the Code Enforcement Board. 13

14 2. The selection of up to five (5) firms and the ultimate execution of contracts, while anticipated, are not guaranteed by the County. The County reserves the right to determine which proposals are in the County s best interest and award contracts on that basis, to reject any and all proposals, waive any irregularities of any proposal, negotiate with any Respondent (after proposals are opened) if such is deemed in the best interest of the County. 3. The selection committee will evaluate the proposals that are responsive to the requirements of this RFP using the following criteria : EVALUATION CRITERIA Total Possible Points Experience and Ability 45 Past Performance 35 Storage Capability 10 Local Preference All proposals will be reviewed and ranked according to competence and qualifications, and Respondents may be selected for interviews or oral presentations as may be necessary. The County makes no commitment to any Respondent to this RFP beyond consideration of the written response to this RFP. 5. The preceding criteria will be used to evaluate proposal responses and select the successful Respondent. The selection team reserves the right to expand these criteria to include any other pertinent requirements as necessary or as directed by the Board of County Commissioners. 6. The proposals deemed best by the selection team shall be presented by the County Administrator in the form of an Agenda Request to the Board of County Commissioners, who shall either accept or deny the recommendation of the selection team. 7. The Board of County Commissioners, or its designee, shall enter into the Contract with up to five of the Respondents in accordance with Florida Statutes. 3.5 Award of Contract and Projects and Right to Protest Award of a Contract shall be made to the five highest-ranked Respondents based on the overall rating received after evaluation, after consideration of the entire Proposal and investigations made by the selection team and the BOCC. When the Contract is awarded by County, such award shall be evidenced by a written document "Notice of Award," signed by the authorized 14

15 representative of the County and delivered to the intended awardees by certified mail or other express delivery service. Award of a Contract will be made by the BOCC in public session. Award recommendations will be posted outside the offices of the County at its Crawfordville address. Any Respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the County's Administrator within seventy two (72) hours (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said notice of intent, the protesting party will have five (5) days from the date of posting to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the protest procedures are available at the offices of the County Administrator. For Respondents who may wish to receive copies of proposals after the proposal opening, the County reserves the right to recover all costs associated with the printing and distribution of such copies. A printed copy of the Response tabulation will be posted in the Purchasing Office and at the County s Administrative Offices and on the county s website ( A copy will also be available upon written request to the Purchasing Office. Each written request must contain a self-addressed, stamped envelope and must reference the solicitation title and number. Once the County enters into Contracts with Contractors, individual junk removal projects shall be solicited on an as needed basis upon issuance of an order of the Code Enforcement Board requiring that the County clean a lot or parcel of property, in the form of a Request for Quotes submitted to all vendors with which the County has an Agreement. The Request for Quotes shall describe the nature of the project, the address of the project, and a deadline by which all quotes must be received for consideration by the Code Enforcement Officer. These individual projects will be awarded by the Wakulla County Code Enforcement Officer after the deadline date and time, on an all or none basis to the Contractor providing the lowest total overall cost and meeting the project time table included in the Request for Quotes. In order to be deemed responsive, a Contractor must have the ability to perform all requirements of the specific project. The final contract price will be the original response price in the response to the Request for Quotes, if an award is made. Furthermore, responses to Requests for Quotes for individual projects not meeting the requirements for such individual project will also be deemed non-responsive or not responsible, as applicable, and may be rejected by the Code Enforcement Officer. 3.6 Executing the Junk Removal Services Contract The Agreement for Junk Removal Services ( Contract ), a copy of which is attached hereto, as Attachment 14, shall be executed by the authorized representative of the successful Contractor and shall include all terms and conditions of this solicitation, any addenda, and the Respondent s 15

16 response. The construction, interpretation, and performance of this Contract and all transactions under it shall be governed by the laws of the State of Florida and Wakulla County. Entry into an Agreement for Junk Removal Services does not guarantee that a vendor will be selected for any specific project. All contracts shall be non-exclusive. 3.7 Contract Term. Contracts for the provision of junk removal services shall terminate two years after the date on which such Contracts are executed. SECTION 4. OTHER IMPORATNT INFORMATION 4.1 Insurance Requirements The selected Respondent shall be required to comply with the insurance requirements included in the Agreement for Junk Removal Services, and provide a certificate of insurance verifying such compliance prior to issuance of a Work Authorization and commencement of any work required under the Scope of Services. 4.2 Method of Payment a. Prompt Pay Policy: It is the policy of the County to fully implement the provisions of the Florida Prompt Payment Act. For more information, please refer to , Florida Statutes. b. In the event a contract is canceled under any provision of the Contract, the County may withhold from the Contractor any monies owed under the Contract, an amount sufficient to compensate for damages suffered because of the violation resulting in cancellation. 4.3 Special Accommodations Any person requiring special accommodations by the Board because of a disability should call the Board Purchasing Office at least five (5) working days prior to any pre-response conference, response opening, or meeting. If you are hearing or speech impaired, please contact the Board s Purchasing Office by using the Florida Relay Service, which can be reached at (TDD). 4.4 Respondent s Responsibility It is understood and the Respondent hereby agrees to be solely responsible for obtaining all materials and determining the best methods that will be utilized to meet the intent of the specifications of this solicitation. Any failure by the Respondent to acquaint themselves with the available information will not relieve them from responsibility for estimating properly the difficulty or cost of successfully performing the work. 16

17 Respondents are expected to examine the specifications and all instructions pertaining to the required commodities/services. Failure to do so will be at Respondent s risk. 4.5 Additional Legal Requirement All corporations seeking to do business with the County shall, at the time of submitting a response, be registered with the Department of State in accordance with the provisions of Chapter 607, Florida Statutes; similarly, partnerships seeking to do business with the County shall, at the time of submitting such response, have complied with the applicable provision of Chapter 620, Florida Statutes. For further information on required filing and forms, please go to the following sites: or Sales Tax The County is a political subdivision of the State of Florida and is exempt from the payment of Florida sales tax. Corporations, Individuals and other entities are impacted by Chapter 212, Florida Statutes according to the type of service, sale of commodity or other contractual arrangement to be made with the County. By submittal of a properly executed response to a procurement request from the County, the Respondent is acknowledging that he is aware of his statutory responsibilities for sales tax under Chapter 212, Florida Statutes. The County is also exempt from most Federal excise taxes. By submittal of a properly executed response to a procurement request from the County, the Respondent is acknowledging that he is aware of his responsibilities for Federal excise taxes. 4.7 Exclusion of County Permits in Quote Prices To ensure compliance with Section , F.S., otherwise known as "The Public Bid Disclosure Act", the County will pay for all local County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to this work. Hence, Respondents shall not include these permit/fee amounts in any Quote in response to a Request for Quotes. However, the successful Respondents shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. The successful Respondent shall be responsible for procuring and paying for all necessary permits not issued by the local Counties pursuant to the prosecution of any work, if necessary. 4.8 Public Entity Crimes Section , Florida Statutes, provides: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services tot a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, 17

18 may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, 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 Section Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Respondent shall complete and return the public entity crimes affidavit, included as Attachment 6 of this RFP. 18

19 RFP CHECKLIST: Please submit the items on the following list and any other items required by any section of this Request for Proposals. The checklist is provided as a courtesy and may not be inclusive of all items required within this Request for Proposal: Completed RFP Transmittal Form with Signature (Attachment 1) Statement of Experience and Ability (Attachment 2) Reference Forms (Attachment 3) Pending Litigation Form (Attachment 4) Storage Information (Attachment 5) Public Entity Crimes Form (Attachment 6) Equal Opportunity/Affirmative Action Statement (Attachment 7) Non-Collusion Affidavit (Attachment 8) Certificate Regarding Debarment (Attachment 9) Local Contractor Certification (Attachment 10) Drug Free Workplace Certification (Attachment 11) Conflict of Interest Disclosure Form (Attachment 12) RFP RESPONSE SHEET The Board of County Commissioners, Wakulla County, reserves the right to accept or reject any and/or all proposals in the best interest of Wakulla County. RICHARD HARDEN Chairman 19

20 ATTACHMENT 1 RESPONSE TRANSMITTAL FORM Wakulla County Board of County Commissioners Post Office Box 1263 Crawfordville, FL COMPLETE AND RETURN THIS FORM WITH THE ORIGINAL BID Re-Bid of Request For Proposal Number: Title: JUNK REMOVAL SERVICES Date & Time of Proposal Opening: Company Name: Contact Person: Address: City, State, Zip: Federal Employer ID Number: Telephone: ( ) Fax Number ( ) Internet Address: Authorized Signature (Manual): Date: Authorized Signature (Typed) and Title: ADDENDA ACKNOWLEDGMENTS: (IF APPLICABLE) Addendum #1 dated Initials Addendum #2 dated Initials Addendum #3 dated Initials 20

21 ATTACHMENT 2 STATEMENT OF EXPERIENCE AND ABILITY Below, please provide a brief statement of the Respondent s experience and ability to perform the anticipated junk removal and disposal services, including a statement as to the Respondent s ability to handle and address the removal of Household Hazardous Waste. In addition, the Respondent shall provide a list of at least three (3), but no more than five (5), projects of a similar nature completed by the Respondent, including the name of the client. The Respondent may include projects completed on behalf of the County. Attach additional pages if needed. General statement of Experience and Ability to provide junk removal and disposal services, including storage and sale of materials, if necessary: Previously completed projects:

22 Means of addressing removal of household hazardous waste: Note: In the event large quantities of hazardous material or material other than household hazardous wastes are located on the property, Contractor should seek outside assistance to ensure the proper identification and disposal of such waste occurs. Authorized Signature: Title: 22

23 ATTACHMENT 3 REFERENCE FORM Respondent s Name: Contractors are required to submit with their response three (3) references, with which they have provided similar services as requested in this solicitation. Vendors shall use this attachment to provide the required reference information. The BoCC reserves the right to contact any and all references in the course of this solicitation and make a responsibility determination, not subject to review or challenge. (Please provide at least 2 Contact Names for each reference.) Company Name: Address: Contact Name: Alternate Contact Name: Phone: Description of Work: Service Dates: FORMER CLIENTS-Provide Three (3) Company Name: Address: Contact Name: Alternate Contact Name: Phone: Description of Work: Service Dates: Company Name: Address: Contact Name: Alternate Contact Name: Phone: Description of Work: Service Dates: Authorized Signature: Title: 23

24 ATTACHMENT 4 PENDING LITIGATION FORM Respondents must provide a statement of any conflicts or litigation either pending or completed within the past five years regarding similar work. Provide the name of the other parties, the dates, and how the matter was resolved. If none, simply state none. Additional pages may be used, or such information may be typed and submitted on a different page, clearly marked Attachment 4. This Form must be signed at the bottom by an Authorized Representative of Respondent. Authorized Signature: 24

25 Title: ATTACHMENT 5 STORAGE INFORMATION FORM Respondents must provide a description and address of the secure location at which any salvageable junk or other materials that may be removed would be stored. This Form shall be executed by Respondent or an Authorized Representative. Address of Storage Location: Description (Respondent s business location, storage facility, other): Authorized Signature: Title: 25

26 ATTACHMENT 6 SWORN STATEMENT UNDER SECTION (3) (a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to Wakulla County Board of County Commissioners By: [print individual's name and title] for [print name of entity submitting sworn statement] whose business address is: and (if applicable) its Federal Employer Identification Number (FEIN) is. (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement). 2. I understand that a "public entity crime" as defined in Paragraph (1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that "convicted" or "conviction" as defined in Paragraph (1) (b), Florida statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in Paragraph (1) (a), Florida Statutes, means: a. A predecessor or successor of a person convicted of a public entity crime: or 26

27 b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph (1) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in 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 management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, However there has been a subsequent proceeding before a hearing 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 contractor list. [Attach a copy of the final order.] 27

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

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

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

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

WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS

WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS TRICE LANE RESURFACING (FPID #431226-1-58-01) WAKULLA-ARRAN ROAD WIDENING & RESURFACING (FPID #431076-1-58-01) Invitation to Bid Number: ITB 2014-12 RESPONSES

More information

SUBCONTRACTOR PRE-QUALIFICATION STATEMENT

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

More information

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

Town of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ

Town of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ MICANOPY, SEMINOLE CHIEF Town of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ Town Administrator 706 NE Cholokka Blvd. P.O. Box 137 Micanopy, Florida,

More information

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

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

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

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

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

More information

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

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

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

FRANKLIN COUNTY EMERGENCY MANAGEMENT FRANKLIN COUNTY, FLORIDA

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

More information

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

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

More information

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

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

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #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

INVITATION TO BID VEHICLE MAINTENANCE AND REPAIRS FOR COUNTY EMS AND FLEET VEHICLES BID #

INVITATION TO BID VEHICLE MAINTENANCE AND REPAIRS FOR COUNTY EMS AND FLEET VEHICLES BID # INVITATION TO BID VEHICLE MAINTENANCE AND REPAIRS FOR COUNTY EMS AND FLEET VEHICLES BID #2016-06 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613

More information

WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS

WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID NO: 2018-02 MEDART LIFT STATION BYPASS BID ADVERTISE DATE: January 18, 2018 BID RELEASE DATE: January 18, 2018 RESPONSES DUE DATE AND TIME:

More information

CITY OF TITUSVILLE, FLORIDA

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

More information

INSTRUCTIONS TO BIDDERS

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

More information

REQUEST FOR PROPOSAL INVESTMENT MONITOR/ CONSULTANT

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

More information

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

3B 72) 1.0 INTRODUCTION

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

More information

REQUEST FOR QUALIFICATIONS ECONOMIC DEVELOPMENT STRATEGY

REQUEST FOR QUALIFICATIONS ECONOMIC DEVELOPMENT STRATEGY REQUEST FOR QUALIFICATIONS ECONOMIC DEVELOPMENT STRATEGY Notice is hereby given that the Santa Rosa County Board of County Commissioners is calling for and requesting qualifications for professional consulting

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

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

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

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

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

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

More information

WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS

WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS CONCRETE FORMING AND POURING INVITATION TO BID 2013-15 RESPONSES ARE DUE BY: April 26, 2013 at 2:00 P.M., DST MAIL OR DELIVER RESPONSES TO: Wakulla County Board

More information

REQUEST FOR QUOTE 18-PRW SPECIFICATIONS FOR PORTABLE RESTROOM/WASH STATION RENTAL & CLEANING SERVICES FOR THE JACKSONVILLE PORT AUTHORITY

REQUEST FOR QUOTE 18-PRW SPECIFICATIONS FOR PORTABLE RESTROOM/WASH STATION RENTAL & CLEANING SERVICES FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 18-PRW SPECIFICATIONS FOR PORTABLE RESTROOM/WASH STATION RENTAL & CLEANING SERVICES FOR THE JACKSONVILLE PORT AUTHORITY Return responses no later than THURSDAY, NOVEMBER 16, 2017 by 2:00PM

More information

INVITATION TO BID ISSUE DATE: Nov. 17, 2015

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

More information

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

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

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

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

REQUEST FOR PROPOSALS CONCESSION OPERATION/SERVICES

REQUEST FOR PROPOSALS CONCESSION OPERATION/SERVICES REQUEST FOR PROPOSALS 18-005 CONCESSION OPERATION/SERVICES PROPOSALS TO BE RECEIVED NO LATER THAN 2:00 P.M. ON February 22, 2018 CONCESSION OPERATION/SERVICES RFP 18-005 CONTENTS Proposer Acknowledgment

More information

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses State of Florida Department of Transportation District 4 Office of Procurement 3400 West Commercial Boulevard Ft. Lauderdale, Florida 33309-3421 INVITATION TO BID REGISTRATION ******************************************************************************

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

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT Section 1 Additional Administrative Information 1.1 Purchasing Agent The Purchasing Agent identified in the RFB cover sheet is the sole point of contact regarding

More information

INVITATION FOR BID PAINTING SERVICES PALATKA HOUSING AUTHORITY

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

More information

BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB REMODELING FOR PROBATION & PAROLE LEASE PROJECT NO For

BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB REMODELING FOR PROBATION & PAROLE LEASE PROJECT NO For BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB 18-039 REMODELING FOR PROBATION & PAROLE LEASE PROJECT NO. 17015 For Highlands County Board of County Commissioners The Lunz Group, Inc. 58 Lake Morton Drive

More information

Town of Belleair, Florida

Town of Belleair, Florida Ver. 1/24/18 Town of Belleair, Florida CONTRACT BIDDING DOCUMENTS (Construction- no federal funds) FOR: Pinellas Rd. Roadway and Drainage Improvements RFB NO. PW18-1 Addenda posted online at: www.townofbelleair.com/bids

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

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA RFQ #: 12-Q-035 Due Date: May 25, 2012 @ 3:00 pm Mail Date: April 25, 2012 Buyer: Jesus M. Vieiro 321-383-5815 Respond: 555 South Washington Avenue (PO Box 2806) Titusville, Florida 32796 (32781-2806)

More information

THE GOVERNING BOARD OF THE ST. JOHNS RIVER WATER MANAGEMENT DISTRICT ANNUAL INDEPENDENT FINANCIAL AUDITING SERVICES REQUEST FOR PROPOSALS 33063

THE GOVERNING BOARD OF THE ST. JOHNS RIVER WATER MANAGEMENT DISTRICT ANNUAL INDEPENDENT FINANCIAL AUDITING SERVICES REQUEST FOR PROPOSALS 33063 THE GOVERNING BOARD OF THE ST. JOHNS RIVER WATER MANAGEMENT DISTRICT ANNUAL INDEPENDENT FINANCIAL AUDITING SERVICES REQUEST FOR PROPOSALS 33063 The Governing Board of the St. Johns River Water Management

More information

Dedicated to Excellence... People Serving People

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

More information

City of 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

ESCAMBIA COUNTY FLORIDA REQUEST FOR LETTERS OF INTEREST

ESCAMBIA COUNTY FLORIDA REQUEST FOR LETTERS OF INTEREST ESCAMBIA COUNTY FLORIDA REQUEST FOR LETTERS OF INTEREST Supervisor of Elections Navy Boulevard Warehouse Renovations AE Selection Solicitation Identification Number PD 17-18.010 Letters of Interest Will

More information

FRANKLIN COUNTY EMERGENCY MANAGEMENT FRANKLIN COUNTY, FLORIDA

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

More information

State of Florida Department of Transportation

State of Florida Department of Transportation ITB-DOT-10/11-4023FS State of Florida Department of Transportation INVITATION TO BID ITB Number: Project Description: MANDATORY PRE-BID CONFERENCE Deadline for Questions Sealed Bids Due: ITB-DOT-1 0/11-4023FS

More information

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

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

More information

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS 1. INTRODUCTION Van Dyke Public Schools is requesting proposals from Energy Services Companies (ESCOs)

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-14: ABATEMENT OF RUSSELLVILLE PROPERTY, REMOVAL OF SOLID WASTE SUBMISSIONS SHALL BE ACCEPTED UNTIL FRIDAY, FEBRUARY 9 at 3:30 p.m. Central AND

More information

REQUEST FOR QUALIFICATIONS PROFESSIONAL SERVICES FOR ON-GOING LAND SURVEYING AND MAPPING SERVICES RFQ#

REQUEST FOR QUALIFICATIONS PROFESSIONAL SERVICES FOR ON-GOING LAND SURVEYING AND MAPPING SERVICES RFQ# REQUEST FOR QUALIFICATIONS PROFESSIONAL SERVICES FOR ON-GOING LAND SURVEYING AND MAPPING SERVICES RFQ# 2018-05 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904)

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # UTILITIES

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

More information

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

CITY OF TITUSVILLE FORMAL INVITATION FOR SEALED BID. This is not an order! Critical Response Data

CITY OF TITUSVILLE FORMAL INVITATION FOR SEALED BID. This is not an order! Critical Response Data Bid #:13-B-018 Due Date: March 5, 2013 @ 3:00 PM Mail Date: February 5, 2013 Wynn Greene Sr. Procurement Analyst II Respond: Purchasing and Contracting Administration 555 South Washington Avenue Titusville,

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

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

Bid #:13-B-034 Due Date: July 2, 3:00 PM Mail Date: June 4, 2013 Wynn Greene Sr. Procurement Analyst II

Bid #:13-B-034 Due Date: July 2, 3:00 PM Mail Date: June 4, 2013 Wynn Greene Sr. Procurement Analyst II Bid #:13-B-034 Due Date: July 2, 2013 @ 3:00 PM Mail Date: June 4, 2013 Wynn Greene Sr. Procurement Analyst II Respond: Purchasing and Contracting Administration 555 South Washington Avenue Titusville,

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

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

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

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: RFP No. DPL-CL-1904 Issued: September 25, 2018 Due Date: October 16, 2018 at 2:00 p.m. Page 2 of 11 DPL-CL-1904 The

More information

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017 SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/

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 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

Florida Lottery Invitation to Negotiate

Florida Lottery Invitation to Negotiate Florida Lottery Invitation to Negotiate Advertised: Tuesday, March 20, 2018 Market Research, Analysis and Related Commodities and Services Project Number: 001-16/17 Florida Lottery Procurement Management

More information

INVITATION TO BID ISSUE DATE: May 3, 2016

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

More information

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

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

More information

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

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

Naples Beach Renourishment (Sand Placement) COLLIER COUNTY BID NO COLLIER COUNTY, FLORIDA

Naples Beach Renourishment (Sand Placement) COLLIER COUNTY BID NO COLLIER COUNTY, FLORIDA COLLIER COUNTY BID NO. COLLIER COUNTY, FLORIDA Adam Northrup, Procurement Strategist Email: Adamnorthrup@colliergov.net Telephone: (239) 252-6098 FAX: (239) 252-6302 Design Professional: Atkins North America

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

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

Bid #:15-B-046 Due Date: June 29, 3:00 PM Mail Date: June 15, 2015 Contract Respond: City of Titusville Specialist: Tom Flowers

Bid #:15-B-046 Due Date: June 29, 3:00 PM Mail Date: June 15, 2015 Contract Respond: City of Titusville Specialist: Tom Flowers Bid #:15-B-046 Due Date: June 29, 2015 @ 3:00 PM Mail Date: June 15, 2015 Contract Respond: City of Titusville Specialist: Tom Flowers Purchasing and Contracting Administration 555 South Washington Avenue,

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) Purchasing Division INVITATION TO BID (ITB) 18-021 DITCH CLEANING, ISTOKPOGA WATERSHED DISTRICT (Annual Bid) January 2018 1 of 25 TABLE OF CONTENTS INVITATION...3 SECTION I. GENERAL TERMS AND CONDITIONS...

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

Request for Proposal

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

More information

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

THE CITY OF DAYTONA BEACH INTERNATIONAL SPEEDWAY BLVD. / HALIFAX RIVER PEDESTRIAN BRIDGE PAINTING

THE CITY OF DAYTONA BEACH INTERNATIONAL SPEEDWAY BLVD. / HALIFAX RIVER PEDESTRIAN BRIDGE PAINTING THE CITY OF DAYTONA BEACH INTERNATIONAL SPEEDWAY BLVD. / HALIFAX RIVER PEDESTRIAN BRIDGE PAINTING INVITATION TO BID No. 0316-2860 CONTRACT NO. 2014-025 PROJECT SPECIFIC CONSTRUCTION SERVICES THE CITY OF

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

INVITATION TO BID ITB HAZARDOUS WASTE COLLECTION AND DISPOSAL

INVITATION TO BID ITB HAZARDOUS WASTE COLLECTION AND DISPOSAL INVITATION TO BID ITB 19-004 HAZARDOUS WASTE COLLECTION AND DISPOSAL Date Issued: September 19, 2018 Daytona State College is seeking proposals from qualified firms for the collection and disposal of hazardous

More information

State of Florida Department of Financial Services

State of Florida Department of Financial Services State of Florida Department of Financial Services Request for Proposals (RFP) Number: DFS AA RFP 1718-09 Production Services for Florida General Lines Agents, Personal Lines Agents, and Insurance Adjusters

More information

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

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

More information

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

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

More information

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

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts. BOARD POLICY NO. 024 PROCUREMENT AND CONTRACTING CONSTRUCTION Purpose To establish a method for administering SANDAG construction contracts. Background Public Utilities Code section 132352.4 states that

More information

GOVERNING BOARD OF THE ST. JOHNS RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS

GOVERNING BOARD OF THE ST. JOHNS RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS GOVERNING BOARD OF THE ST. JOHNS RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS The Governing Board of the St. Johns River Water Management District ( District ) requests that interested parties

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

1.0 INTRODUCTION. Request for Qualifications Phase 1 Interconnect Project Directional Drill Subcontractor Page 1 of 21

1.0 INTRODUCTION. Request for Qualifications Phase 1 Interconnect Project Directional Drill Subcontractor Page 1 of 21 1.0 INTRODUCTION Peace River Manasota Regional Water Supply Authority Request for Statement of Qualifications From s For Regional Integrated Loop System Phase 1 Interconnect Project (U.S. 17 to Punta Gorda)

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information