GENERAL INSTRUCTIONS AND REQUIREMENTS FOR BIDDERS

Size: px
Start display at page:

Download "GENERAL INSTRUCTIONS AND REQUIREMENTS FOR BIDDERS"

Transcription

1 BID #: TITLE: THE CROSSINGS AT FLEMING ISLAND CDD NOTICE TO BIDDERS INVITATION TO BID COVER SHEET ITB Issue Date: January 29, 2008 Due Date: GOLF COURSE MAINTENANCE EQUIPMENT LEASE February 13, 2009, 2 p.m. Eastern Time Anticipated Award: Pre-Bid Meeting Date: Pre-Bid Meeting Location February 26, 2009, Board of Supervisor s Meeting N/A N/A Bid Opening Location: Contact Information: District Manager s Office, 280 Wekiva Springs Road, Protegrity Plaza, Suite 2000, Longwood, Florida Donna R. Mallery Phone: ; Fax: dmallery@govmserv.com Sealed bids will be accepted until the date and time indicated above. All bids shall be submitted in sealed envelopes and mailed or delivered to: The Crossings at Fleming Island CDD District Manager s Office 280 Wekiva Springs Road Protegrity Plaza, Suite 2000 Longwood, FL The outside of the envelope shall clearly identify the bid by: BID NUMBER, TITLE, AND DATE AND TIME OF BID OPENING. It is the sole responsibility of the bidder to ensure that their bid reaches the District Manager s Office before the closing date and hour as shown above. Bids received after the scheduled time for opening will not be considered. Any bid envelope(s) received late will be returned to the bidder unopened. At the Date and Time disclosed, all qualifying Bids will be opened, read aloud, and recorded. Bidders may obtain the Bid Package documents from the District s website ( or by contacting Donna Mallery at or via at dmallery@govmserv.com. Any questions regarding clarification of the bid documents should be in writing and either ed to dmallery@govmserv.com, faxed at or mailed to the address indicated above, clearing identifying the Bid Title, Number, and Date and Time of Bid Opening. The responses to these questions and/or any additional information will be submitted to each bidder in the form of an Addendum. The CDD reserves the right to reject any and all bids, to waive any and all non-substantial irregularities in bids received whenever such rejection or waiver is in the best interest of the CDD. GENERAL INSTRUCTIONS AND REQUIREMENTS FOR BIDDERS The Crossings at Fleming Island CDD: Bid #ITB Page 1 of 11

2 These instructions, requirements, and any special instructions contained in the specifications are a part of the terms and conditions of the Bidder s Proposal. Any exceptions/deviations to these instructions/requirements or specifications must be specified and submitted with the Bidder s Proposal. Failure to indicate any exceptions/deviations will be regarded as full acceptance of these requirements and instructions. 1. EXAMINATION BY BIDDERS. All bidders must examine the specifications, drawings, schedules, special instructions and these general requirements prior to submitting a bid. Failure to examine is at the bidder s own risk. 2. SUBMISSION OF FORMS. All bids must be submitted and completed in ink or typewritten, on the forms provided by the District. The individual signing the bid must initial any erasures or other changes. All bids/proposals will not be considered unless the bidder or an authorized agent signs the bidder response sheet. Failure to properly execute the bid documents may result in rejection of the bid. 3. DESCRIPTIVE TERMS. Unless the term no substitute is used, the use of brand name, manufacturer, make, or catalogue designation in describing an item does not necessarily restrict bidders to that particular brand name, etc. The term is simply to indicate the type, character, quality and/or performance equivalence of the item desired. However, the proposed substitution item must be of such character, quality and/or performance equivalence as that indicated in the specifications. A proposed substituted item must include complete data as to the manufacturer s name, type, model number, any descriptive bulletins and specifications. 4. EXCEPTIONS. Any deviations to these instructions or specifications must be submitted in writing with the bidder s proposal. Failure to indicate any deviations will be regarded as full compliance with these requirements, specifications and instructions and will be construed to mean that the bidder proposes to furnish the exact commodity as described in the specifications/requirements. 5. UNIT PRICES. A unit price for each unit bid must be shown and include packaging and/or packing, if any, unless otherwise specified. If the quantity is an estimate, the unit price only shall be listed. On items where a quantity is specified, a total shall be entered in the appropriate column of the bid schedule. If an error is made in extension of the price, the unit price shall prevail. Items or estimated quantity will be awarded on a no guarantee basis. Prices shall be extended in decimals, not fractions, and shall include transportation and delivery charges, prepaid by the bidder to the destination specified in the special instructions of the specifications. 6. EXEMPTIONS FROM TAXES. The purchase of equipment, materials, and/or service by the District are exempt from the payment of excise, transportation and sales tax imposed by the federal, state and/or other municipal governments. Such taxes must not be included in the bid prices. Upon request, the sales tax exemption certificate will be furnished. 7. PAYMENTS AND DISCOUNTS. a. Payment for the materials, supplies, or equipment as specified in the contract shall be processed promptly after completion of delivery of items and after receipt of properly prepared invoice(s). b. Discounts for prompt payment will not be considered in bid evaluations, unless otherwise specified. Offered discounts, however, will be taken if payment is made within the discount period. c. Late charges may be assessed against the District when payment is not made before the due date (forty-five (45) days after receipt of a proper invoice). 8. DELIVERY. a. All prices quoted shall be based on delivery F.O.B. Destination. b. Bids must show the number of days required for delivery under normal conditions. Unrealistically short or long delivery promises may cause bids/proposals to be rejected. A successful bidder is required to keep the purchasing agent advised at all times of the status of the order. All materials, supplies, equipment, and/or service or equipment shall be delivered within thirty (30) days from the date of the award of the contract, unless specified otherwise. c. Inspection and acceptance will be at destination unless otherwise stipulated. Title and risk of loss of damage to all items shall be the responsibility of the shipper (vendor) until accepted by the District s contact person listed in the award letter and/or purchase order. 9. AWARD OF CONTRACT(S). The contracting entity reserves the rights to: award by item, groups of items, or all items of the bid; to reject any or all bids in whole or in part; and, waive technical defects, irregularities and/or omissions. Bid awards are subject to the Conflict of Interest provisions of Chapter 112, Florida Statutes. The Crossings at Fleming Island CDD: Bid #ITB Page 2 of 11

3 10. EEO STATEMENT. Vendors must ensure that employees and applicants for employment are not discriminated against for reasons of race, color, age, religion, sex, national origin, or handicapped status. Minority and female owned businesses are encouraged to participate. The District is an Equal Opportunity/Veterans Preference employer. 11. BID BONDS. If required by the specifications, a bid bond (or a certified check or cashier s check) in the required amount must accompany the bid. This bond may be retained by the contracting entity as liquidated damages should the successful bidder fail to comply with the terms of this bid/proposal. The District will return all bonds or deposits to unsuccessful bidders after the contract has been awarded. 12. PERFORMANCE BONDS. If required by the specifications, the successful bidder must post a performance bond in the amount required prior to award of contract. The bid bond or deposit may be returned to the successful bidder upon the posting of the performance bond. 13. COMPLIANCE WITH APPLICABLE LAW. Federal, State, County, and local laws, ordinances, rules and regulations that in any manner affect the item(s) covered herein apply. Lack of knowledge by the bidder shall in no way be cause for relief from responsibility. 14. PUBLIC ENTITY CRIME INFORMATION STATEMENT. A statement is no longer required as part of the bid submittal; however, bidders are subject to the provisions of Section , Florida Statutes, whereby the State maintains a convicted vendor listing which excludes those suppliers from bid submittal for a period of thirty-six (36) months. 15. LIABILITY. The vendor shall indemnify and hold harmless the District and its officers, agents, and employees from any and all liability, claims actions, suits or demands by an person, corporation or other entity for injuries, death, property damage or of any nature, arising out of, or in connection with any kind in the performance of or fulfilling the requirements of a purchase order which may result from the bid. NOTE: ANY AND ALL SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY FROM THE ABOVE SHALL HAVE PRECEDENCE. DRUG-FREE WORKPLACE CERTIFICATION (Identical Tie Bids) In accordance with Section of the State of Florida Statutes, 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 vendors have a drug-free workplace program. In order to have a drug-free 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 pleas 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. (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. The Crossings at Fleming Island CDD: Bid #ITB Page 3 of 11

4 BIDDER RESPONSE SHEET This sheet must be signed and returned with your bid response PLACE BEHIND BID FORM! ACKNOWLEDGEMENT OF FORMS BID NO: ITB :Golf Course Maintenance Equipment Lease The undersigned hereby acknowledges the receipt of the following document: (Mark all applicable forms) (a) Invitation to Bid Cover Sheet (b) General Instructions and Requirements for Bidders (c) Bidder Response Sheet (MUST BE COMPLETED, SIGNED, AND RETURN WITH BID) (d) Statement of No-Bid (e) Bid Form (MUST BE COMPLETED AND RETURNED WITH BID) (f) Bid Specifications (if provided) (g) Specific Instructions (if provided) (h) Bid Drawings (if provided) (i) Other documents (if provided) (j) Addenda (if provided) Addendum No: Dated: Addendum No: Dated: Addendum No: Dated: Addendum No: Dated: BIDDER S CERTIFICATION: The signed bidder certifies that he/she has read and thoroughly understands the terms, conditions, and specifications as contained in this bid, and that the items of material or services offered in this invitation meet the required minimum specifications. It is understood that any item offered as an alternate not meeting specifications might be rejected. Bidder further certifies that: (1). All information contained in this bid is truthful to the best of bidder s knowledge and belief, (2). They are duly authorized to submit the bid on behalf of the vendor/contractor, and (3). The vendor/contractor is ready, willing, and able to perform if awarded the bid. Bidder offers and agrees to furnish the goods and/or services, specified in the invitation, at the prices or rates quoted in their bid, including the following: Delivery or completion: calendar days after notification of bid award. Prices are firm for re-orders for months after award of bid. The bidder certifies, by submission and signature of this bid, that the bidder complies fully with the Drug-free Workplace Certificate contained in this Bid Package. Please indicate below, whether bidder s firm meets the Drug- Free Workplace Certification: [ ] Does meet Drug-free Workplace Certification [ ] Does not meet Drug-free Workplace Certification TAXPAYER ID/FEDERAL EMPLOYER ID COMPANY NAME PHONE: (XXX-XXX-XXXX) FAX: (XXX-XX-XXXX) SIGNATURE OF AUTHORIZED OFFICER MAILING ADDRESS TYPED/PRINTED NAME OF AUTHORIZED OFFICER CITY - STATE ZIP TITLE ADDRESS DATE The Crossings at Fleming Island CDD: Bid #ITB Page 4 of 11

5 STATEMENT OF NO BID If your company will not be submitting a bid in response to this Invitation to Bid, please complete and submit this Statement of No-Bid response to: The Crossings at Fleming Islands CDD 280 Wekiva Springs Road Protegrity Plaza, Suite 2000 Longwood, Florida TITLE Golf Course Maintenance Equipment Lease COMPANY NAME MAILING ADDRESS CITY, STATE, ZIP COMPLETE THE FOLLOWING REASON(S) FOR NO-BID: Unable to comply with product or service specifications. Unable to comply with scope of work. Unable to quote on all items in the group. Insufficient time to respond to the Invitation to Bid. Unable to hold prices firm throughout the term of the contract period. Our schedule would not permit us to perform. Unable to meet delivery requirements. Unable to meet bond requirements. (If applicable) Unable to meet insurance requirements. (If applicable) Other (Specify) SIGNATURE DATE The Crossings at Fleming Island CDD: Bid #ITB Page 5 of 11

6 BID FORM BIDDER: Company Name Bid #: ITB Title: GOLF COURSE MAINTENANCE EQUIPMENT LEASE Sealed bids will be received by The Crossings at Fleming Island CDD, 280 Wekiva Springs Road, Protegrity Plaza, Suite 2000, Longwood, Florida 32779, until 2:00 PM, February 13, 2009 at which time and place bids will be opened and publicly recorded. While the District expects to award all items on the bid sheet, the District reserves the right to award each item separately or on a lump sum basis, whichever is in the best interest of the District. Items shall be delivered F.O.B. Destination. Required Documents: (The bidder shall provide all required documents. Bids may be rejected if all required documents are not submitted with bid package. Return only required documents/information. Do not return every page of this bid package. Bid Submittal shall include the following: One (1) original and one (1) complete copy, clearly labeled and sent in a sealed envelope correctly marked with: Vendor Name, Bid Title, Bid Number, and Due Date.) a) Bid Form b) Deviations to Specifications - if applicable c) Bidder Response Sheet (must be original signature by authorized representative) d) Any attachments/documents as required in this bid: (1) Attachment A BID PACKAGE MUST INCLUDE ALL REQUIRED ORIGINAL DOCUMENTS AND ONE (1) COMPLETE COPY. NOTE: The reference to a TRADE name, BRAND name, MODEL or CATALOG NUMBERS is used in the bid invitation for the purpose of item identification. Bidding on equivalent items of substantially the same quality, style and features is encouraged. However, such equivalent bids must be accompanied by sufficient descriptive literature and /or specifications to clearly identify the item and provide for competitive evaluation. The District reserves the right to evaluate the bids based on the District s judgment of value, quality and suitability. The items listed below are for MINIMUM specifications. See SPECIFICATIONS for additional information and requirements. 1 2 Description Mfr Reference Number a. Greens King IV Plus, 18 h 1140 Triplex Riding Greens Mower. Jacobsen TEK hp Briggs Vanguard Gas Engine, Power Steering, Hydraulic Drive, Individual Reel Control, Power Backlapping, Catchers. b. Right hand 9 blade green 58 Jacobsen TEX c. Left hand 9 blade green 58 Jacobsen TEX d. 22 Grooved machined Jacobsen TEX e. Kit Bracket Jacobsen TEX f. Kit Light Jacobsen TEX Total Greens King a. LF WD 36 horsepower 1,970 Jacobsen TEX Fairway Mower. Kubota Diesel Engine Servo-controlled Hydrostatic Traction System, One-touch Mower Lift/Lower System, Hydraulic Oil Level Monitor, Falshattach Reel Motors, Power Steering, Battery, Highbacked Seat w/arm rests, Deluxe Suspension b. 11-Blade 7 diameter head 162, Heavy-Duty 2-1/2" Rear Roller w/ Jacobsen TEX Scraper and 3" Grooved Steel Front Roller w/ Scraper. 3 Total Fairway Unit a. G-Plex III- 18 hp 4-cycle CYLINDER BRIGGS GAS Jacobsen TEX b. Cutting units 22"" Green 11 BLADE Jacobsen TEX c. 22 Grooved machined al 8 Jacobsen TEX d. KIT back lapping G-Plex for G-Plex III Gas Jacobsen TEX e. Grass catcher (1 per cu) Jacobsen TEX Total G-Plex 4 a. AR-3 Triplex Rotary Mower Jacobsen TEX Total Triplex Rotary Mower a. 628 Turfcat 26 hp Kubota 1,484, Out Front Deck Mower w/ 26 hp Jacobsen TEX Kubota Diesel Liquid-cooled Engine, Variable Displacement Pump, Power Steering, Fuel gauge, Temp Gauge, Hour meter, Warning System, Hydraulic Deck Drive, Battery. Requires: Cutting Deck. b. Cutting deck 72"" rear d 606 Jacobsen TEX Total Turfcats a. AR Deck Rotary Mower Jacobsen TEX Total Deck Rotary Mowers The Crossings at Fleming Island CDD: Bid #ITB Page 6 of 11 Est. Qty. Unit Price Extended Price Monthly Lease Price 3-year term

7 a. Groom Master II 18 hp 2 875, JACOBSEN 3-Wheel Drive series parallel Jacobsen TEX hydrostatic drive, Bunker Rake.18 HP GAS engine, headlight, power steering, 3-spool valve for hydraulic accessories. b. Blade manual lift 82 Jacobsen TEX c. Rear Rake Implement Jacobsen TEX Total Groom Masters a. SPRAYTEK DS HP Ga Jacobsen TEX b. SDI All Function Electrical Control System Jacobsen TEX c. Quick Foam Marker Jacobsen TEX d. Actuators Electric Boom 1 Pair Jacobsen TEX e. Convertible Deluxe Spray Boom Jacobsen TEX f. Hose reel electric Jacobsen TEX g. Spray hose 150 ft Jacobsen TEX h. Spray gun (GreenGarde JD Jacobsen TEX Total Sprayers a. TURF-TRUCKSTER 32 hp Gas, 2850LB CAP, 5-SPEED Manual Jacobsen TEX Transmission, Suzuki 3-Cylinder 4-cycle engine w/electronic Fuel Injection. E-Coated heavy duty carbon steel channel frame. b. Flatbed 47 quick disconnect Jacobsen TEX c. Box assembly 47"" sides & Tailgate w/autom Jacobsen TEX d. HYD HI/LO GAS DEALER INSTALLED Jacobsen TEX e. Hitch receiver style w/ drawbar Jacobsen TEX Total Trucksters a. WideSpin 1530 Tow Behind, Top Dresser; 11 HP Briggs-Stratton engine, Turfco TFC Electric Start. Total Top Dressers a. Tow Behind Blower w/ Remote Control BUFBT-CKB3 1 Total Tow Behind Blowers a. Allen Hover Mower Engine 4.5 Honda AL418H 2 Total Allen Hover Mowers a. Right hand 11 blade green 60 Jacobsen TEX b. Left hand 11 blade green 60 Jacobsen TEX c. 22 Grooved machined al 8 Jacobsen TEX Total Extra Reels 14 a. Right hand vertical mower 50 Jacobsen TEX Set of 3 Vertical Mowing Units (for Greens King IV+ Greens Mower);.75" Spacing, Front and Rear Rollers Included. Less Motor. b. Left hand vertical mower 50,.75" Spacing, Jacobsen TEX Front and Rear Rollers Included. Less Motor. Total Verti-Cuts Greens 15 a. 7 Diameter Flash Attach? 87 1" Spacing Jacobsen TEX Front & Rear Rollers Included. Less Motors & Lift Yokes. Total Fairway Verti-Cuts 16 a. (Set of 3) Spiker w/frame 285 Jacobsen TEX b. Mounting Kit for Quick Jacobsen TEX Total Spikers 17 a. CORE HARVESTER for mount POLYBOX Jacobsen TEX Total Core Harvesters 18 a. GL-9 Golf Lift Premium Space-Saving Design, w/ GT-TA Frame/Truck Kit GL9 1 Total Lifts 19 a. PTO BLOWER JACOBSEN TURF CAT, ***PTO DRIVE*** AGRIBW240 1 Total Blowers 20 a. NATIONAL 84" TRI-PLEX NAT b. 180MIX25 GRIT 25# PAIL GRIT180MIX25 1 Total National Mowers 21 a. RENOVAIRE. w/tow Aerator CRW Total Renovaires Total Golf Course Maintenance Equipment 110 Prices shall be stated in units of quantity specified. No additional charges shall be passed to the District, including any applicable taxes, delivery or surcharges. Prices quoted shall be the final cost to the District The Crossings at Fleming Island CDD: Bid #ITB Page 7 of 11

8 BID TERMS AND CONDITIONS 1. Documents Examination: The bidder is required to examine carefully the bid documents and it will be assumed that the bidder has investigated and is fully informed of the conditions and obstructions to be encountered, of the character, quality and quantities of work to be performed and materials to be furnished and of the requirements of other contract documents. The bidder must inform himself fully of the conditions under which the work is to be performed in relation to specifications; failure to do so will not relieve a successful bidder of his obligations to furnish all materials, equipment and labor necessary to carry out the provisions of the contract documents and to complete the work for the consideration set forth in his bid. The contents of this bid shall become a part of the contract. 2. Bid Specifications: The Bidder must annotate any deviations to the Bid pricing or specifications on company letterhead and attach to the bid proposal. 3. Line Item Information: The information called for on the item must be entered on the correct line. When omitting a bid price on an item, please insert the words: No Bid or N/B to eliminate any confusion about the item(s) being bid. 4. Quantities Specified: The District reserves the right to increase or decrease the quantity of any or all bid items as deemed appropriate. The unit price shall remain as accepted at bid award. All items deleted will be deducted from all bidders price sheets to determine the low bidder. The bid opening will result in an apparent low bidder only and is not to be construed as an award. 5. Next Lowest Bidder: In the event of default by the successful bidder, the District reserves the right to utilize the next lowest bidder as the awarded vendor. In this event, the next lowest bidder shall be required to provide the bid items at the prices contained on said bidder s proposal for this solicitation for the remainder of the award period. 6. Ability to Perform Work: Any bidder may be required, before the award of this bid, to show to the complete satisfaction of the District, the bidder s qualifications for doing the work. The District reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the District that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. 7. Informalities and Irregularities: The District reserves the right to waive minor defects or variations on a bid from the exact requirements of the specifications that do not affect the price, quality, quantity, delivery or performance time of the services being procured. If insufficient information is submitted by a bidder for the District to properly evaluate the bid, the District has the right to require such additional information as it may deem necessary after the time set for receipt of bids, provided that the information does not change the price, quality, quantity, delivery or performance of the services being procured. AN UNSIGNED BID IS NOT A VALID OFFER. Therefore, failure to sign the Bidder Response Sheet provided will result in the bid being considered non-responsive and the bid rejected. It is not a minor technicality that the District reserves the right to waive. 8. Indemnification: As specified in Florida Statute Section , the bidder agrees to save, defend, keep harmless, and indemnify the District and all of its officers, departments, agencies, agents, and employees from and against all claims, loss, damages, injury, fines, penalties, and costs (including court cost and attorney's fees, charges, liability, and exposure) resulting from, arising out of, or in any way connected with the contractor's negligent performance or nonperformance of the terms of the contract. 9. Bid Alterations/Irregularities: The wording of this proposal shall be used throughout, without damage, alteration or addition. Any change in wording may cause it to be rejected. All irregular bid amounts or bid forms may be deemed non-responsive by the District. 10. Samples: If applicable, the two or three lowest vendors may be required to submit samples within five (5) days of notification. These samples will, at bidder s request, be returned at bidder s expense after award has been made. 11. Non-Appropriation/Availability of Funds: It is understood and agreed between the parities hereto that the District will be bound and obligated hereunder only to the extent that funds shall have been appropriated for the purposes of this Contract. In the event funds are not appropriated and budgeted in any fiscal year for payments due under this contract, the District shall immediately notify the contractor of such occurrence and this Contract shall terminate on the last day of the fiscal year for which an appropriation was received without penalty or expense to the District of any kind whatsoever. 11. Contract: This bid and submitted documents, when properly accepted by the District, along with a written purchase order or written agreement, shall constitute a contract equally binding between the successful Bidder, and the District. No different or additional terms will become a part of this contract with the exception of an amendment to the agreement or a Change Order. A contract may not be awarded to any corporation, firm or individual who is, from any cause, in arrears to the District or who has failed in former contracts with the District, District s Management Company and/or District s Contractor. 12. Contact Person Concerning Inquiries of This Bid Prospective Bidders are not to contact any member of the District staff or officials other than the specified contact below unless explicitly authorized by this office. These inquires must be received in the Purchasing Division no later than three (3) days prior to bid opening in order to provide adequate response time to queries and issue an addendum, if necessary. Every request for interpretations or corrections, whether technical or general in nature, must be in writing by mail, fax or to: Donna R. Mallery District Management The Crossings at Fleming Island CDD: Bid #ITB Page 8 of 11

9 280 Wekiva Springs Road Protegrity Plaza, Suite 2000 Longwood, FL Phone/Fax #: / Address: Questions concerning the technical specifications will be forwarded by this office to the appropriate requesting department/division. All Prospective Bidders are not to contact any member of the District s officials, the Contractor s (Hampton Golf) staff, the Management Company s (GSG) staff or any other persons having an interest with the District other than the above specified contact person unless explicitly authorized by this office. No interpretation of the meaning of the bid documents, attachments (if any), nor any other related documents, nor correction of any apparent ambiguity, inconsistency or error therein, will be made to any Bidder orally. All corrections, interpretations and supplemental instructions will be in the form of written addenda to the bid documents. Only the interpretation or correction given by the Purchasing Manager or authorized representative, in writing, will be binding, and prospective Bidders are warned that no other source is authorized to give information concerning, or explaining or interpreting the bid documents. The Crossings at Fleming Island CDD: Bid #ITB Page 9 of 11

10 The Crossings at Fleming Island CDD SPECIFICATIONS Bid #: ITB Title: GOLF COURSE MAINTENANCE EQUIPMENT LEASE The Crossings at Fleming Island CDD is soliciting bids for Golf Course Maintenance Equipment with expectations of a three year operating lease. Additional options offered by the bidder in terms of financing, FMV Lease options, and direct purchasing will be considered. Bidders may also include optional equipment as long as the primary bid meets the minimum requirements as stated on the bid form. The Bidder is required to fill out the Bid Form, but may include additional bids (options) as an attachment to the Required Documents specified on the Bid Form. Additional Requirements: 1. Manuals: Manuals and technical literature are required at delivery. 2. Service: Pre-service by dealer is required prior to delivery. Ongoing service after delivery should be part of the warranty and details on service delivery (onsite, time frame, replacement parts, etc) should be expressly disclosed as part of this bid response. If any additional costs are expected to be paid by the District for any service options, this must be disclosed. The District will not be responsible for any costs not clearly outlined in the resulting award documentation. 3. Warranty: The warranty must be stated, and may vary depending on the options to lease, lease with option to purchase or direct purchase. The District reserves the right to give preference to the bidder who provides a warranty that is in effect for the duration of the lease (if applicable), and expects the best warranty available in the event the items are purchased. The Crossings at Fleming Island CDD: Bid #ITB Page 10 of 11

11 THE CROSSINGS AT FLEMING ISLAND STATEMENT OF BIDDER QUALIFICATIONS ATTACHMENT A Answer the following questions, using separate sheets if necessary. The bidder may submit any additional information desired. BASIC INFORMATION Company Name: Street or PO Box, City, State, Zip: Phone: Fax: Website: BUSINESS INFORMATION (Check One) /Sole Proprietor Partnership Corporation Joint Venture Federal Tax ID# Number of years in Business under present company name: Do you have a Business License in the State of Florida? (Check One) YES NO Licensed by what City/County? Business License # Are you properly licensed and/or certified by Clay County to perform the specified work? (Check One) YES NO Not Applicable Are you licensed and/or certified by the State of Florida to perform the specified work? (Check One) YES NO Not Applicable Are/will you be properly insured to perform the work? (Check One) YES NO CONTACT INFORMATION Contact Name: Title: Phone (xxx-xx-xxxx): Fax (xxx-xxx-xxxx): Have you ever defaulted on a contract? (If yes, attach details) (Check One) YES NO REFERENCES List at least three references within the State of Florida for whom you have provided equivalent goods or services in the past three years. 1. Company Name: Contact Person: Title: Telephone: Fax: 2. Company Name: Contact Person: Title: Telephone: Fax: 3. Company Name: Contact Person: Title: Telephone: Fax: The undersigned swears to the truth and accuracy of all statements and answers contained herein: Authorized Signature: Date: The Crossings at Fleming Island CDD: Bid #ITB Page 11 of 11

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

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

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

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

ADVERTISEMENT FOR BID

ADVERTISEMENT FOR BID ADVERTISEMENT FOR BID Lake Charles Harbor and Terminal District 751 Bayou Pines East, Suite P (70601) P.O. Box 3753 Lake Charles, LA 70602 The Lake Charles Harbor and Terminal District (Port of Lake Charles)

More information

ALL TERRAIN SLOPE MOWER

ALL TERRAIN SLOPE MOWER Cecil County Government Purchasing Department Bid #13-14 ALL TERRAIN SLOPE MOWER CECIL COUNTY GOVERNMENT: DEPARTMENT OF PUBLIC WORKS SOLID WASTE DIVISION CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

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

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

More information

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

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

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

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

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

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

INSTRUCTIONS TO BIDDERS

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

More information

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

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

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

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309) CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the purchase of (1) utility vehicle to be utilized by the Galesburg Water Division Instructions

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

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

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

Vendor Information (SECTION TO BE COMPLETED BY VENDOR) SUBMIT BIDS TO: BID TITLE CITY OF TUSCALOOSA PURCHASING OFFICE P.O. BOX 2089 2201 UNIV. BLVD. TUSCALOOSA, AL 35403 TUSCALOOSA, AL 35401 ZERO TURN RADIUS MOWERS PAGE 1 OF 7 PAGES INVITATION TO BID BIDS

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

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

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole Bid Package For Lease of Golf Carts City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN 37864-5500 Phone: (865) 868-1570 Fax: (865) 453-5518 Contact: Nicole Catlett Email: ncatlett@seviervilletn.org

More information

INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY

INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY LILLINGTON, NORTH CAROLINA QUOTE # SW001 2005 INVITATION TO BID FOR A TRACTOR AND PULL TYPE SCRAPER Sealed bids will

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment &

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment & Contract Number: ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION H-13-148R Bid Opening Date: March 27, 2013 Time: 11:00 a.m. BID OPENING LOCATION:

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

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

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

More information

PURCHASING DEPARTMENT

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

More information

PURCHASING DEPARTMENT

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

More information

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

PURCHASING DEPARTMENT

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

More information

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT BID DOCUMENTS FOR STRYKER POWER-PRO XT COT CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 1, 2016 NOTICE TO BIDDERS STRYKER POWER-PRO XT COT FOR THE CITY OF OWOSSO, MICHIGAN Bids will

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

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

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

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

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Central Office

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Central Office Contract Number: ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION 03-3-766H Bid Opening Date: January 30, 2003 Time: 1:00 p.m. BID OPENING LOCATION:

More information

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

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

More information

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

BID DOCUMENTS FOR. WTP VFD Replacement Bid

BID DOCUMENTS FOR. WTP VFD Replacement Bid BID DOCUMENTS FOR WTP VFD Replacement Bid CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 18, 2018 NOTICE TO BIDDERS WTP VFD REPLACEMENT BID FOR THE CITY OF OWOSSO, MICHIGAN Sealed proposals

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

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID BID DOCUMENTS FOR 2018-2019 SAND, GRAVEL & LIMESTONE BID CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 June 11, 2018 NOTICE TO BIDDERS 2018-2019 SAND, GRAVEL & LIMESTONE BID FOR THE CITY OF

More information

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

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

More information

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

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

More information

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2. IMPORTANT PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR SEALED BID REQ. NO. 3000000603 DATE: 2/28/07 (PUBLIC OPENING) Bids must be returned on or before 10:00 a.m., Wednesday,

More information

2018 Recreation Center Dectron Unit - R22 Refrigerant

2018 Recreation Center Dectron Unit - R22 Refrigerant Request for Proposals Equipment and Supplies March 5, 2018 2018 Recreation Center Dectron Unit - R22 Refrigerant Proposals Due: Thursday, March 15, 2018, 2:00pm Dan Voss Park District of Highland Park

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

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

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

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Communications Tower BID OPENING DATE: August 25, 2014 TIME: 2:00 P.M.

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

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader. IMPORTANT This is NOT an order but a request for quotation. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR QUOTATION REQ. NO. 3000000582 DATE: 11/10/2006 Quotes must be returned

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

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

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

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

More information

INVITATION FOR BID Multi Power Power Plant

INVITATION FOR BID Multi Power Power Plant City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 INVITATION FOR BID Multi Power Power Plant Issue Date: Monday April 11, 2016 Bid Number: 16 069 Agent/Contact:

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 BID B11-16 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 Gym www.forsyth.k12.ga.us Floor Work April 10, 2018 To: All Bidders

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

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 Quotation

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

More information

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

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

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

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

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

More information

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

Description Cost PRE-BID CONFERENCE

Description Cost PRE-BID CONFERENCE IMPORTANT This is NOT an order but a request for sealed bid. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 10 (Plus Attachment A ) REQUEST FOR SEALED BID REQ. NO. 10082841 DATE: 5/31/06 Bids

More information

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT BID DOCUMENTS FOR 2016-2017 ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 16, 2016 NOTICE TO BIDDERS 2016-2017 ACCU-TAB SL CAL HYPO

More information

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

BID DOCUMENTS FOR THERMAL IMAGING CAMERA BID DOCUMENTS FOR THERMAL IMAGING CAMERA CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 3, 2015 NOTICE TO BIDDERS THERMAL IMAGING CAMERA FOR THE CITY OF OWOSSO, MICHIGAN Bids will be

More information

REQUEST FOR PROPOSAL. Specifications and Proposal Documents for One New 2017 SUV 4 x 4

REQUEST FOR PROPOSAL. Specifications and Proposal Documents for One New 2017 SUV 4 x 4 February 6, 2017 REQUEST FOR PROPOSAL Specifications and Proposal Documents for One New 2017 SUV 4 x 4 RFP-FY17-FEB003 RFP Due February 22, 2017 @ 2:00 pm(local time) Bidder Name: Page 1 of 16 SECTION

More information

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

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

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

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

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

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

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

More information

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

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

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

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

Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA NOTICE OF SOLICITATION INVITATION TO BID

Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA NOTICE OF SOLICITATION INVITATION TO BID Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA 20458 NOTICE OF SOLICITATION INVITATION TO BID The Bulloch County Board of Commissioners (herein after referred to as Bulloch County

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

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

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

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

MELBA SCHOOL DISTRICT

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

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. 19009 One (1) New Tracked Hydraulic Excavator Bid Release: 10/10/18 Bid Questions Deadline: 10/17/18 Bid Due Date: 10/25/18 Postal Return Address: Courier

More information

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST)

More information

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Bid Opening Date/Time Tuesday, October 23, 2012 @ 2:00 p.m. (local

More information

INVITATION TO BID. ONE (1) Zero Turn Mower

INVITATION TO BID. ONE (1) Zero Turn Mower April 22, 2009 INVITATION TO BID ONE (1) Zero Turn Mower Sealed bids will be received at Gardiner City Hall, 6 Church Street, Gardiner, Maine, until 11:00 a.m. on, May 6, 2009, for One (1) Zero Turn Mower

More information

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may

More information

Invitation to Bid BOE. Diesel Exhaust Fluid

Invitation to Bid BOE. Diesel Exhaust Fluid Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN

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

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

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) Scrutinized Companies Lists (proposals

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

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

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

More information

Invitation To Bid. for

Invitation To Bid. for PLYMOUTH TOWNSHIP POLICE DEPARTMENT Thomas J. Tiderington, Chief of Police 9955 N Haggerty Rd Plymouth, MI 48170 (734) 354-3232 Invitation To Bid for TOWING SERVICES Contact: Lieutenant Daniel Kudra Phone:

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

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305) Visit our website for business opportunities at: www.miamigov.com/procurement PURCHASE ORDER/RELEASE NUMBER 14537 Show this number on all packages, invoices, and shipping papers. Page No. City of Miami

More information