BOARD OF COUNTY COMMISSIONERS, WALTON COUNTY, FLORIDA INVITATION TO BID FOR 2015 New Heavy Duty Dump Truck with Dump Body

Size: px
Start display at page:

Download "BOARD OF COUNTY COMMISSIONERS, WALTON COUNTY, FLORIDA INVITATION TO BID FOR 2015 New Heavy Duty Dump Truck with Dump Body"

Transcription

1 BOARD OF COUNTY COMMISSIONERS, WALTON COUNTY, FLORIDA INVITATION TO BID FOR 2015 New Heavy Duty Dump Truck with Dump Body ITB: The Board of County Commissioners, Walton County, Florida (the County ) will be accepting competitive sealed bids for the purchase of twelve (12) 2015 New Heavy Duty Tri Axle Dump Truck Chassis with 21 Yard Dump Body. ITB DEADLINE: February 23, 2015 no later than 3:00PM local time LATE BIDS RECEIVED AFTER THE AFOREMENTIONED DEADLINE DATE, EITHER BY MAIL OR OTHERWISE, WILL NOT BE CONSIDERED AND RETURNED UNOPENED. THE TIME OF RECEIPT WILL BE DETERMINED BY THE TIME RECEIVED IN THE PURCHASING AGENT S OFFICE. BIDS OFFERED ARE THE SOLE RESPONSIBILITY OF THE VENDOR FOR ASSURING THAT BIDS ARE RECEIVED IN THE PURCHASING OFFICE BY THE DESIGNATED DATE AND TIME. NO FAXED, ELECTRONIC, OR ORAL BIDS WILL BE ACCEPTED. To be considered, Bidder must submit an original and three (3) copies of the ITB in a sealed envelope or package, clearly marked with the Bidder s name, address, and the words 2015 NEW HEAVY DUTY DUMP TRUCK WITH DUMP BODY addressed to: Office of Central Purchasing 176 Montgomery Circle DeFuniak Springs, Florida

2 TABLE OF CONTENTS SECTION 1 INTRODUCTION 1.1 Scope SECTION 2 SCOPE OF SERVICES 2.1 Vehicle Scope. 2.2 Installation Warranty. 2.4 Manuals. 2.5 Miscellaneous. 2.6 Delivery Documentation. 2.7 Specification Exceptions SECTION 3 PROCUREMENT RULES AND INFORMATION 3.1 Contact Person 3.2 Calendar Events. 3.3 Evaluation Criteria Submission of Bid Bid Opening Insurance Requirements Cost of Preparing Bids Disposal of Bids 3.9 Bid Rules for Withdrawals Rejection of Bids Bid Conference Verbal Instructions 3.13 Sales and Use Tax 3.14 Public Entity Crimes Drug Free Workplace 3.16 Addendum Notices Representation Local Vendor Preference Protest 2

3 3.21 Bond 3.22 Black Out Period. SECTION 4 CONTENTS OF BID Forms 4.2 Contacts for Contract Administration. SECTION 5 AWARD OF BID 5.1 Identical Tie Bids. SECTION 6 TERMS AND CONDITIONS Termination of Contract 6.2 Terms ATTACHMENT 1 Questionnaire ATTACHMENT 2 Information Sheet. ATTACHMENT 3 Contact for Contract. ATTACHMENT 4 Fee Schedule ATTACHMENT 5 Public Entity Crimes. ATTACHMENT 6 - Drug Free Work Place Certification.. ATTACHMENT 6 Local Vendor Preference. 3

4 SECTION 1 SCOPE OF WORK 1.1 The County is looking to purchase twelve (12) 2015 New Heavy Duty Tri Axle 21 Yard Dump Truck with Dump Body. This specification is to set forth the specific requirements for a New Chassis and Dump Body for the Tri Axle Dump Truck This Tri Axle Dump Truck Chassis and Dump Body shall be the manufacturer s standard. It shall be equipped with the manufacturer s equipment and accessories which are included as standard in the advertised and published literature for the unit. No such item of equipment or accessories shall be removed or omitted for the reason that it was not specified in the bid. SECTION 2 SPECIFICATIONS 2.1 A. ENGINE No less than RPM and no less than 12.7L 6 cylinder wet sleeve Air intake single dry element Factory installed engine brake Full diagnostic capability Single vertical exhaust cab or frame mounted 12 volt system fuse/circuit breakers 160 amp alternator 19.0 cfm air compressor 13 gl. DEF tank with automatic regen system Davco 482 fuel/water separator with 2 engine mounted fuel filters Antifreeze-34 extended life coolant with Gates blue stripe hoses 1500 square inch radiator B. TRANSMISSION Eaton-Fuller 16210c Cast iron clutch housing Torque limiting clutch brake Eaton easy pedal advantage 15 ½ inches manually adjusted clutch Synthetic lube, magnetic plugs Painted shift leaver, solid linkage Water to oil transmission cooler in radiator and tank 4

5 C. FRONT AXLE 20,000 lb. front axle 20,000 lb. lead spring suspension with bronze bushings Front shocks, 16.5x6 brakes, cast iron drums with dust shields 50W synthetic front hub lube with vented caps D. REAR AXLE 46,000 lb. tandem rear axles with oil pump for differentials 4.89 gear ratio driver controlled differential lock on both differentials with buzzer and indicators Hendrickson or Chalmers rear spring suspension Rear shocks and transverse control rods 4 brake chambers 30/26 rear dust shields 16.5 x 7 q+ break shoes Frame mounted air dryer E. WHEELBASE AND FRAME Set forward axle design wheelbase /32 x 1/2 x 10-15/16 inch steel frame 1/4 C channel inter frame reinforcement. No less than RMB -3,217,200 Grade 8 threaded frame fasteners with heavy duty cross members 16 chrome steel bumper with tow hooks No less than 100 gallon round fuel tank F. TIRES AND WHEELS Front wheels aluminum disc 22.5 x Rear wheels steel disc 24.5 x 8.25 Front tires, Michelin XFE 425/65R ply radial Rear tires, Michelin XDN2 11R ply radial G. CAB INTERIOR AND EXTERIOR Steel cab with sun visor, air cab mounts with check valve 2 front finder extensions Left and right grab handles Stationary brit finish grille Dual air horns, chrome bullet lights, dual stainless heated mirrors All tinted glass, two piece windshield 5

6 Premium vinyl interior, floor mats Dash mounted ash tray, lighter and two 12 volt power receptacles Heater, defroster and air conditioner R134A Adjustable tilt and telescoping steering wheel Left and right sun visors High back air ride driver seat with dual arm rest and non-suspension passenger seat 3 point seat belt on each side DOT fire extinguisher and triangle kit included Low pressure light and buzzer, back up alarm, fuel gauge, temp gauge, oil temp gauge, transmission temp gauge, oil pressure gauge and volt meter. Power and ground for C.B. Tachometer with hour meter AM/FM radio with blue tooth, microphone and front USB port Cab, white (high gloss) H. DUMP BODY OxBodies, Inc. Stampede style, no exceptions Body: 16 Stampede Hoist Model: Frame Style: 2 x8 x 3/16 Rectangular Tubing, no cross-members Rear Style: Straight Front Exhaust Notch: No Side Height Front: 62 1/4 HardOx 450 minimum Side Height Rear: 62 1/4 HardOx 450 minimum Rear Height: 68 1/4 HardOx 450 minimum Floor Material: 1/4 HardOx 350 minimum Cabshield Style: Full Width Cabshield Projection: 42 Cabshield Width: 87 Tarp Style: Electric flip style tarp with spring assist and vinyl cover, controlled by console switch Tailgate Type: Hi-Lift Tailgate Sealed Tailgate: No Coal Chute: None Tailgate Operation: Air Tailgate Tailgate Bracing Style: 3 horizontal minimum 6

7 Side Top Rail: Diamond Mount Top Rail, 4 x4 x1/4 Square Tubing Dump Assist Vibrator: No Dump Apron : 3 Sch. #80 pipe with ¼ plate, 10 long Side Light Cutouts: Lower Front/Rear Clearance Cabshield Cutouts: 1 Set Stop Tall Turn Lights in Rear Post: 1 set Dirt Shedding Angle: Tailgate Board Holder Height: None Body Interior Width: 87 Cover Skirts with Alum: No Cab Height: Not Available Paint: Stock Color Side Boards: None Hydraulic Tank: Pyramid Flat Bottom Rear hinge with removable pin Hydraulic pump, PTO and cab controls as listed below Mud Flaps: 30 Backup Alarm Rigid, Non-Steer, Silent Drive Lift Axle, Mod AA1455UDA Four (4) 11R 22.5 White Steel Hub Piloted Rim/Tire Combo Body interior to have rolled 26 radium corners, front to rear. Step Brake method not accepted. Body interior to be 1/4" Hardox 450 minimum, no exceptions Body to be built to have a convertible High-Tilt Tailgate option to accept dual 3.5 pneumatic raising cylinders to be mounted inside rear post. Electric-over-hydraulic power not accepted. Diamond Mounted Top Rail, 4 x 4 x 1 /4 tubing. No weld on dirt shedders accepted. Hoist cylinder to have U-cup seals, spherical top bearing in pin-eye, 5.5 overlap stages, chromed bottom stage and pre-tested to 2750 PSI. Body frame to use 2 x8 x3/16 tubing longsillis without cross-members All pins at pivot points to be hardened (90,000 PSI tensile and 75,000 PSI yield minimum) and to have grease zerks. Upper tailgate pins to be 1-7/16 minimum, rear hinge pins to be 2-1/4 minimum. Cylinder pins to be 2-1/16 minimum Muncie PTO only Direct mounted, dowelled Pump/Valve Combination; 2000 PSI relief valve, three-line hook up 7

8 Console style controls with detent lever to pump, electric shift PTO. To have body up, PTO engage and tarp motion indicator lights All LED and-on lights All welded connections, loomed wiring harness 2.2 INSTALLATION Bidder will be required to install dump bodies, hoist and PTO to include all controls and hardware to make truck operational and ready to use. Bidder must furnish literature to verify that the units meet or exceed specifications. Bidder must also provide a list of make, model, and S/N on hoist, pump and cylinders with trucks when delivered. All hydraulic lines routed safely away from heat and moving parts. 2.3 WARRANTY Warranty must be at least 12 months on hoist, pumps, cylinders, tanks and the complete bodies including all welding, parts and labor. List manufacturer s standard warranty on cab chassis. Manufacturer s literature must be provided to verify that the unit meets or exceeds the specifications. 2.4 MANUALS Two sets each of master shop manual on engine and drive train and 2 sets each of operators and shop manuals to be delivered with each truck. 2.5 MISCELLANEOUS Dump Trucks shall be equipped with all standard equipment as specified by manufacturer for this model and shall comply with all EPA Emission Standards and all motor vehicles as established by the U.S. Department of Transportation regarding manufacturing of motor vehicles. Successful bidder shall be responsible for delivering vehicles that are properly services, cleaned and in first class operation condition; pre-delivery service at a minimum shall include the following: a. Complete lubrication b. Check all fluid levels to assure properly filled c. Adjustment of engine to proper operating condition d. Inflate tires to proper pressure e. Check to assure proper operation of all accessories, gauges, lights and mechanical features f. Front end alignment and wheels balanced 8

9 g. Cleaning of vehicles and removal of all necessary tags, stickers, etc. Do not remove window price sticker Vendor shall place order with manufacturer with seven (7) calendar days after receipt of a purchase order. Successful bidder must call at least 48 hours in advance of delivery to Office of Central Purchasing, Delivery of dump trucks to Walton County Board of County Commissioners does not constitute acceptance for the purpose of payment. Final acceptance and authorization of payment shall be given only after a thorough inspection indicates dump trucks meets contract specifications and conditions as listed. Should the delivered dump trucks differ in any respect from specifications, payment will be withheld until such time as the supplier takes necessary corrective action. Purchasing Department shall be notified of the deviation in writing within 10 days. If the proposed correction action is not acceptable to Walton County, the final acceptance of the dump trucks, in which case the dump trucks remains the property of the supplier and the County shall not be liable for payment for any portion thereof. 2.6 DELIVERY DOCUMENTATION Units shall be delivered with each of the following documents completed: a. State of Origin b. Owner s manual c. Warranty certifications d. Window price sticker (affixed) e. Application for Certificate of Title and/or Vehicle Registration f. Temporary tag g. Four (4) sets of keys for each vehicle 2.7 SPECIFICATION EXCEPTIONS Bidders shall clearly list any change in the manufacturer s specifications that conflict with the bid specifications. Bidder must also explain any deviation from the bid specification in writing. Failure to comply with this provision may result in bid being found non-responsive. The County reserves the right to add to or delete any item from this bid or resulting contract when deemed to be in the County s best interest. 9

10 SECTION 3 - PROCUREMENT RULES AND INFORMATION 3.1 Contact Person: Glyndol Johnson or Kim Jones Purchasing Agent Purchasing Assistant 176 Montgomery Circle DeFuniak Springs, Florida Fax: johglyndol@co.walton.fl.us All technical questions regarding this Request should be directed in writing; preferably by to the Purchasing Agent. Questions shall be submitted no later than 12:00 Noon (local time) on February 11, Questions submitted after that date and time will not be answered. If applicable, answers citing the question asked but not identifying the questioner will be distributed to all known prospective vendors. Failure to submit requests in writing by the specified time shall not be grounds for a protest. Note: Written requirements in the Request or its amendments are binding, but any oral communications between you and us are not. 3.2 CALENDAR EVENTS: DATE/TIME February 11, 2015 no later than 12:00 Noon February 23, 2015 no later than 3:00 P.M. ACTION Last day for questions Closing of bid 3.4 SUBMISSION OF BID: Each bid shall be prepared simply and economically, providing a straightforward, concise delineation of the bid s capabilities to satisfy the requirements of this Invitation to Bid. Fancy bindings, colored displays and promotional material are not desired. Emphasis in each bid must be on completeness and clarity of content. In order to expedite the evaluation of bids, it is essential that proposers follow the format and instructions herein. 10

11 3.5 BID OPENING: Bids will be accepted until the 23rd day of February, 2015 By 3:00 PM local time and will open immediately thereafter. Bids are due at the time and date specified. Bids received late will not be considered and will be marked as LATE. Any person with a qualified disability requiring special accommodations at the bid opening should contact Purchasing at at least five (5) working days prior to the event. 3.6 INSURANCE REQUIREMENTS: VENDOR shall purchase and maintain through the Contract period workers compensation, comprehensive general liability (occurrence form), comprehensive automobile liability, builder s risk, and other insurance as is appropriate for the Project being performed hereunder by VENDOR, its employees, subcontractors or agents. The amounts and types of workers compensation, comprehensive general liability (occurrence form), and comprehensive automobile liability insurance shall conform to the following minimum requirements: 1. Worker's Compensation Coverage must apply for all employees and statutory limits in compliance with the applicable state and federal laws. In addition, the policy must include the following: a. Employer's Liability with a minimum limit per accident in accordance with statutory requirements. b. Notice of Cancellation and/or Restriction. The endorsed to provide the COUNTY with thirty (30) days written notice of cancellation and/or restriction. 2. Comprehensive General Liability Coverage must include: a. $1,000,000 combined limit per occurrence for bodily injury, personal injury and property damage. If contract is less than $100,000.00, then general liability insurance requirement is $300, b. Contractual coverage applicable to this specific contract, including any hold harmless and/or indemnification agreement. c. Notice of Cancellation and/or Restriction. The policy must be endorsed to provide the COUNTY with thirty (30) days written notice of cancellation and/or restriction. 11

12 3. Comprehensive Automobile Liability Coverage must be afforded on a form no more restricted than the latest edition of the Comprehensive Automobile Liability Policy filed by the Insurance Services Office and must include: a. $300,000 combined single limit per accident for bodily injury and property damage. b. Owned Vehicles. c. Hired and Non-Owned Vehicles. d. Employee Non-Ownership. e. Notice of Cancellation and/or Restriction. The policy must be endorsed to provide the COUNTY with thirty (30) days written notice of cancellation and/or restriction. 3.7 COST OF PREPARING BIDS: The County is not liable for any costs incurred by the bidder in responding to this ITB, including those for oral presentations. 3.8 DISPOSAL OF BID: All bids become the property of the County and will be a matter of record. The County shall have the right to use all ideas, or adaptations of those ideas, contained in any bid received in response to this ITB. Selection or rejection of this bid will not affect this right. Any submitted proposal shall remain a valid bid for thirty (30) days after the submission date. 3.9 BID RULES FOR WITHDRAWAL: A bid may not be withdrawn for a period of thirty (30) calendar days after the date of the ITB opening. Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place were bids are to be submitted at any time prior to the opening of the Bids REJECTION OF BID: The County reserves the right to accept or reject any all bids as may be deemed necessary by the County to be in its best interest. The County further reserves the right to waive any and all informalities, and reserves the right to reject all nonconforming, unresponsive, unbalanced or conditional Proposals. The County reserves the right to 12

13 reject the Proposal of any Proposer if the County believes that it would not be in the best interest of the Project to make an award to that Proposer, because the Proposal is not responsive or responsible, or the Proposer is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the County. The County also reserves the right to enter into contract negotiations with a qualified, responsible, and responsive Proposer who submits the highest ranked proposal. If the County and the highest ranked Proposer cannot negotiate a successful contract the County may terminate such negotiations and begin negotiations with the qualified, responsible, and responsive Proposer who submits the next highest ranked proposal. No Proposer shall have any rights against the County arising from such negotiations. Discrepancies in the multiplication of units of work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Where numeric data is given both in Arabic numerals and in written language, and where there exists a discrepancy between an Arabic numeral and written language, the written language shall be presumed to be correct and the Arabic numeral presumed incorrect. The County reserves the right to delete any Proposal items and the total Proposal shall be determined as the sum of the Proposal items awarded. In evaluating Proposals, the County will consider the qualifications of the proposers, whether or not the Proposals comply with the prescribed requirements, time of completion and other data, as may be requested in the Proposal form or prior to the Notice of Award. The County may conduct such investigations as the County deems necessary to assist in the evaluation of any Proposal and to establish the responsibility, qualifications and financial ability of Proposers, proposed Subcontractors, Suppliers and other persons and organizations to perform and complete the Project in accordance with the Contract Documents to the County s satisfaction within the prescribed time. The County may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Project when such data is required to be submitted prior to Notice of Award. If the contract is to be awarded, it will be awarded to the responsible and responsive Proposer submitting the best proposal whose evaluation by the County indicates to the County that the award will be in the best interest of the Project BID CONFERENCE: There will not be a pre-bid conference. 13

14 3.12 VERBAL INSTRUCTIONS: No negotiations, decisions, or actions shall be initiated or executed by the bidder as a result of any discussion with any county employee. Only those communications from proposers, which are signed, and in writing will be recognized by the County, as duly authorized expressions on behalf of the bidder. Oral and other interpretations or clarifications will be without legal effect. Any and all communication with County Commissioners or county staff other than the Office of Central Purchasing is prohibited during the time of the bid until awarded SALES AND USE TAX: The BIDDER agrees that any and all applicable federal, state and local sales and use taxes that are incurred by the BIDDER are included in the stated bid price for the Project. The County is tax exempt from federal excise and state sales tax PUBLIC ENTITY CRIMES: The BIDER must sign and complete a Public Entity Crime Sworn Statement as defined under Section (3) (a), F.S. A person or affiliate who has been placed on the convicted vendor list following a conviction of a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a consultant, supplier, or subcontractor, 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 , for Category Two for a period of 36 months from the date of being placed on the convicted vendor list DRUG FREE WORKPLACE: The BIDDER must complete the County s Drug Free Workplace Certification form, attached and made a part of the bid. According to Walton County policy, preference shall be given to businesses with drug-free work place programs. Whenever two or more bids, which are equal with respect price, quality, and service, are received by the state or by any political subdivision for the procurement of commodities or contractual services, a proposal received from a business that certified that it has implemented a drug-free work place program shall be given preference in the award process. Established procedures for processing tie proposals will be followed if none of the tied vendors have a drug-free work place program ADDENDUM: The County may issue Addendums to modify the bid as deemed appropriate. 14

15 Addendums and clarification to this ITB along with and Addendum Acknowledgement Form will be mailed to all vendors receiving this ITB. The Addendum Acknowledgement Form, which is included with each mail out, shall be signed by an authorized company representative, dated, and returned with proposal. Attached is a sample of the Addendum Acknowledge Form NOTICES: Any notices to be given under this ITB shall be given by United States Mail, addressed to BIDDER at its address stated herein, and to the COUNTY at its address stated herein. Additional notice may also be given by facsimile in which case it shall be deemed that notice was provided on the date said facsimile was received. The party providing notice by facsimile shall confirm that the facsimile was received by the other party REPRESENTATION: The BIDDER represents to the COUNTY that: A. The BIDDER is properly certified and licensed; is solvent financially; is experienced in and competent to complete the Project. B. The BIDDER is familiar with all Federal, State, Local or other regulatory laws, ordinances and regulations, which in any manner whatsoever may affect the Project LOCAL VENDOR PREFERENCE: Award of the contract for this project shall be subject to local preference in accordance with the Walton County Purchasing Policies and Procedures (PP017). Application for Local Preference is attached to this Invitation to Bid PROTEST: Any person or entity whose bid is rejected, in whole or in part, or who submits a bid but is not awarded the contract, may protest such decision. Written notice of intent to file a protest must be submitted with the Purchasing Agent or Finance Director within twentyfour (24) hours after the Board s declaration of its intention with regard to an award. Written protest must be submitted to the Purchasing Agent or Finance Director within ten (10) calendar days after filing written notice of intent BOND: All bids shall be accompanied by a bid security in an amount of ONE THOUSAND AND 00/100THS DOLLARS ($1,000.00) made payable to Board of County Commissioners, Walton County, and in the form of a certified bank check or bid bond, issued by a surety 15

16 authorized to conduct business in the State of Florida and having an A.M. Best rating of V-A or better and who is listed on the United States Treasury Department s T-list as acceptable to issue bonds for the applicable dollar amount. The bid security of the Successful Proposer will be retained until such Proposer has executed the Contract, and has furnished the required Certificates of Insurance. If the Successful Proposer fails to execute and deliver the Contract, or furnish Certificate of Insurance, within five (5) business days after the Notice of Award, the County may annul the Notice of Award and the bid security of that bidder will be forfeited. The bid security of other bidder may be retained by the County until ten (10) calendar days after the Notice of Award, whereupon bid security furnished by such bidders will be returned. Failure to submit an appropriate bid security shall result in the bid being declared unresponsive BLACK OUT PERIOD: The period between the time the bids/proposals for invitations for bid or the request for proposal, or qualifications or information or requests for letters of interest, or the invitation to negotiate, as applicable, are received at the Walton County Office of Central Purchasing and the time the Board awards the contract and any resulting bid protest is resolved or the solicitation is otherwise cancelled. SECTION 4 CONTENTS OF PROPOSAL This section contains instructions regarding the format of the ITB that are to be submitted. 4.1 FORMS: It is MANDATORY that vendor s return the Invitation cover sheet with their bid. A representative who is authorized to contractually bind the vendor shall sign the bid. It is MANDATORY that vendors return the Drug-Free Workplace Certification Form, Questionnaire Form, along with the Public Entity Crime Form. 4.2 CONTACTS FOR CONTRACT ADMINISTRATION: Bidders shall return the Contact for Contract Administration Form. This shall be the company representative for the day-to-day activities of the contract. 16

17 SECTION 5 - AWARD OF BID The Board will award this ITB to the responsive BIDDER with the best cumulative price and meets the County s needs. In the event the best cumulative proposer is found to be non-responsive, the County may proceed to the next best cumulative responsive proposer and continue the award process. 5.1 IDENTICAL TIE BIDS: In the event of a tie between identical proposals from this Invitation to Bid, the Board shall decide the final determination of the award. SECTION 6 TERMS AND CONDITIONS: 6.1 TERMINATION OF CONTRACT: The County may terminate this Agreement at any time with or without cause, or with or without prior notice when it is in the best interest of the County. 17

18 Information Sheet For Transactions and Conveyances Corporate Identification The following information will be provided to the Walton County Legal Services for incorporation in legal documents. It is, therefore, vital all information is accurate and complete. Please be certain all spelling, capitalization, etc. is exactly as registered with the state of federal government, (Please circle one) Is this a Florida Corporation: Yes or No If not a Florida Corporation, In what state was it created: Name as spelled in that State: What Kind of corporation is it: For Profit or Not for Profit Is it in good standing: Yes or No Authorized to transact business In Florida: Yes or No State of Florida Department of State of Certificate of Authority Document No: Does it use a registered fictitious name: Yes or No Name of Officers: President: Vice President: Director: Other: Secretary: Treasurer: Director: Other: Name of Corporation (As used in Florida): (spelled exactly as it is registered with the state or federal government) Corporate Address: Post Office Box: City, State, Zip Street Address: City, State, Zip: (Please provide post office box and street address for mail and/or express delivery; also for recorded instruments involving land) Federal Identification Number: (For all instruments to be recorded, taxpayer s identification is needed) Name of individual who will sign the instrument on behalf of the company: (Upon Certification of Award, Contract shall be signed by the President or Vice-President. Any other officer shall have permission to sign via a resolution approved by the Board of Directors on behalf of the company. Awarded contractor shall submit a copy of the resolution together with the executed contract to the Office of Purchasing) (Spelled exactly as it would appear on the instrument) Title of the individual named above who will sign on behalf of the company: 18

19 CONTACT FOR CONTRACT ADMINISTRATION Designate one person authorized to conduct contract administration. NAME: TITLE: COMPANY NAME: ADDRESS: TELEPHONE NUMBER: FAX NUMBER: SIGNATURE: 19

20 FEE SCHEDULE FIRM: ADDRESS: TELEPHONE NUMBER: FAX NUMBER: SIGNATURE: ADDRESS: PRICE PER DUMP TRUCK: TIME FRAME TO DELIVER: 20

21 PUBLIC ENTITY CRIMES Sworn Statement Under Section (3) (a), Florida Statutes, on Public Entity Crimes This form must be signed in the presence of a Notary Public or other officer authorized to administer oaths: This sworn statement is submitted to The Board of County Commissioners, Walton County, Florida 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 individual signing this sworn statement: ). I understand that a public entity crime as defined in Paragraph (l ((g), Florida Statutes, means a violation of any state or Federal law by a person with respect to an 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 good 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. I understand that convicted or conviction as defined in Paragraph (l)(b), Florida Statutes, means a finding of guilt or 21

22 a conviction of a public entity crime, with or without adjudicationfebruary 27, 2014 no later than 12:00Noon Last day for questions March 6, 2014 no later than 3:00PM Closing of bid 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 contenders. I understand that an affiliate as defined in Paragraph (l)(a) Florida Statutes, means: A predecessor or successor of a person convicted of a public crime; or; 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. I understand that person as defined in Paragraph (l)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or have the United Sates with the legal power to enter into 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 pubic entity. The term person includes those officers, directors, executives, partners, \ shareholders, employees, members, and agents who are active in management of an entity. 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 22

23 officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or 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 the 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 Officer of the State of Florida, Division of Administration 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 vendor list. [Attach a copy of the final order.] I understand that the submission of this form to the contracting officer for the Public Entity identified in Paragraph ONE (#1) above is for that Public Entity only, and that this form is valid through December 31 of the calendar year in which it is filed. I also understand that I am required to inform the Public Entity prior to entering into a contract in excess of the threshold amount provided in Section , Florida Statutes, for category two of any change in the information contained in this form. Name of Bidder By: Title: 23

24 STATE OF COUNTY OF Sworn to and subscribed before me this day of, Personally known to me, or produced the following identification as proof of identity.. My Commission Expires: Notary Public Printed Notary Name Commission Expires: 24

25 DRUG FREE WORKPLACE CERTIFICATION (This form must be completed and attached to proposal) Identical tie bids: preference shall be given to businesses with drug-free work place programs. Whenever two or more bids which are equal with respect 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 certified that it has implemented a drug-free work place program shall be given preference in the award process. Established procedures for processing tie bids will be followed in none of the tied vendors have a drug-free work place program. In order to have a drug-free work place 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 work place 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 work place, the business s policy of maintaining a drug-free work place, available drug counseling, rehabilitation providing 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 of contractual services that are under bid a copy of the statement specified in paragraph #1. 4. In the statement specified in paragraph #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 no contest to, and violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the work place no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee s community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free work place through implementation of this section. As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements. Company Name Authorized Signature 25

26 Federal I.D. Number or SSN Printed Name WALTON COUNTY LOCAL PREFERENCE APPLICATION PROJECT NAME: Dump Truck ITB NO: Name of Business: Address: City, State: Zip code: I hereby certify under penalty of perjury that my business qualifies as a local vendor/contractor in accordance with Walton County Purchasing Policies and Procedures, Procedure No: PP017. My business maintains its principal place of business within Walton County; OR My business has maintained a permanent place or places of business within Walton County and has employed people who live in Walton County on a regular and continuing basis for at least six (6) months prior to the advertising of this Request for Proposal Signature Date: 26

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

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

More information

INVITATION TO BID-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

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

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

More information

CITY OF 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

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

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

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

BOARD OF COUNTY COMMISSIONERS, WALTON COUNTY, FLORIDA REQUEST FOR PROPOSAL FOR INMATE PHONE SYSTEM

BOARD OF COUNTY COMMISSIONERS, WALTON COUNTY, FLORIDA REQUEST FOR PROPOSAL FOR INMATE PHONE SYSTEM BOARD OF COUNTY COMMISSIONERS, WALTON COUNTY, FLORIDA REQUEST FOR PROPOSAL FOR INMATE PHONE SYSTEM RFP NO: 08-025 The Board of County Commissioners, Walton County, Florida (the County ) invites proposals

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

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

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 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

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2 City of Cartersville P.O. Box 1390 1 North Erwin Street Cartersville, GA 30120 DATE: October 5, 2017 TO: FROM: RE: Automobile Dealers Fleet Sales Personnel Tom Rhinehart, Finance Director Vehicle Bids

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

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID Sealed bid proposals, plainly marked "WATER DEPARTMENT 2 WD ½ TON PICK UP TRUCK Bid #40-07 on the outside of the envelope,

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

Oyster River Cooperative School District Business Administrator s Office

Oyster River Cooperative School District Business Administrator s Office Oyster River Cooperative School District Business Administrator s Office November 3, 2016 Subject: Enclosures: Request for Lease proposal 77-Passenger School Bus Lease Request for Lease proposal General

More information

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR City of Los Banos Public Works Department 411 Madison Avenue

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-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

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

( X ) INVITATION FOR BID VENDOR: BID OPENING:

( X ) INVITATION FOR BID VENDOR: BID OPENING: WICOMICO COUNTY PURCHASING DEPARTMENT 125 N. DIVISION STREET, ROOM 205 SALISBURY, MARYLAND 21801 ( X ) INVITATION FOR BID PROJECT: Two (2) 2014 Service Trucks w/ Crane DEPARTMENT: Public Works Solid Waste

More information

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director DATE: January 26, 2010 TO: ALL PROSPECTIVE BIDDERS RE:

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

SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department

SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department Boone County, Kentucky INVITATION FOR BID # 082417PW SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department ACCEPTANCE DATE: Prior

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

Glenwood/Bell Street Well Pump and Piping Construction

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

More information

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912) INVITATION TO BID The Ware County Board of Commissioners is now accepting sealed bids for the purchase of one (1) 2016 Dump Truck for use by the Ware County Public Works Department. Ware County has no

More information

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

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the purchase of one new one-ton heavy duty pickup truck with tow/haul package for the

More information

REQUEST FOR PROPOSAL (RFP) # ONE TON DUMP BOX / TOOL BOX / BOSS WIRING HARNESS / AND UNDERCARRIAGE POSTING DATE: FEBRUARY 24, 2016

REQUEST FOR PROPOSAL (RFP) # ONE TON DUMP BOX / TOOL BOX / BOSS WIRING HARNESS / AND UNDERCARRIAGE POSTING DATE: FEBRUARY 24, 2016 REQUEST FOR PROPOSAL (RFP) #16-015-30 2016 ONE TON DUMP BOX / TOOL BOX / BOSS WIRING HARNESS / AND UNDERCARRIAGE POSTING DATE: FEBRUARY 24, 2016 RESPONSE DEADLINE: MARCH 14, 2016 2:00 P.M. CENTRAL STANDARD

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-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

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

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

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX 1349 327 NORTH ASHLEY ST. VALDOSTA, GEORGIA 31601 #LC-2018-7004 FOR: 3 New Model Half Ton Trucks for Public Works OPENING DATE: March 9, 2018 TIME: 10:00

More information

BID # Ambulance E450 Van Chassis

BID # Ambulance E450 Van Chassis INVITATION FOR BID BID #1011 - Ambulance E450 Van Chassis St. Charles County Ambulance District ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS,

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

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER City of Los Banos Public Works Department 411 Madison Avenue Los

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

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

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

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

TENDER #T SUPPLY ONE (1) 2014 TANDEM CAB & CHASSIS. Sealed bids submitted on the included bid form ONLY in a plain envelope marked:

TENDER #T SUPPLY ONE (1) 2014 TANDEM CAB & CHASSIS. Sealed bids submitted on the included bid form ONLY in a plain envelope marked: Procurement Department 450 Cowie Hill Rd., Halifax, NS B3P 2V3 Telephone: (902) 490-4998 TENDER #T37.2014 SUPPLY ONE (1) 2014 TANDEM CAB & CHASSIS Sealed bids submitted on the included bid form ONLY in

More information

REQUEST FOR PROPOSALS Hydraulic Excavator. Surry County Public Works Department Hydraulic Excavator

REQUEST FOR PROPOSALS Hydraulic Excavator. Surry County Public Works Department Hydraulic Excavator REQUEST FOR PROPOSALS Hydraulic Excavator BIDS WILL BE OPENED 3:00 PM, Tuesday, March 17, 2015 in Surry County Commissioners Meeting Room 3 rd Floor, Surry County Government Center 118 Hamby Road, Room

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 DUBLIN INVITATION TO BID BID # Issue Date: April 25, OPENING DATE AND TIME: May 11, 2017 at 2:00 P.M.

CITY OF DUBLIN INVITATION TO BID BID # Issue Date: April 25, OPENING DATE AND TIME: May 11, 2017 at 2:00 P.M. CITY OF DUBLIN INVITATION TO BID BID #17-04-002 Issue Date: April 25, 2017 OPENING DATE AND TIME: May 11, 2017 at 2:00 P.M. The City of Dublin will receive sealed bids for furnishing supplies or services

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

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. Two (2) 4 X 4 Trucks HIGHWAY DEPARTMENT. DUE BY: December 19, 2018 at 10:00 AM

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. Two (2) 4 X 4 Trucks HIGHWAY DEPARTMENT. DUE BY: December 19, 2018 at 10:00 AM OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR Two (2) 4 X 4 Trucks FOR HIGHWAY DEPARTMENT DUE BY: December 19, 2018 at 10:00 AM S:\HWY\Admin\Clerk\RFP\Trucks\Foreman's Trucks.doc Page 1 of 8 1.0 Specifications

More information

Boise State University. Request for Quote RFQ CF passenger 4x4 Utility Vehicle

Boise State University. Request for Quote RFQ CF passenger 4x4 Utility Vehicle Boise State University Request for Quote RFQ CF17-084 2-passenger 4x4 Utility Vehicle Schedule of Events RFQ issue date Feb. 23, 2017 RFQ closing date Mar. 03, 2017 5:00 PM Product 1 each Kubota RTV-X900

More information

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

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

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # 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

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

University of Massachusetts Lowell. BID REQUEST 2012 FORD CLUB WAGON Bid Number # CL12-EP-0025

University of Massachusetts Lowell. BID REQUEST 2012 FORD CLUB WAGON Bid Number # CL12-EP-0025 University of Massachusetts Lowell BID REQUEST 2012 FORD CLUB WAGON Bid Number # CL12-EP-0025 Introduction The University of Massachusetts Lowell (UMASS LOWELL) invites bids for a 2012 OR CURRENT FORD

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

(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

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

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

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

GASOLINE POWERED, ¾ TON 4X4 EXTENDED CAB WITH LONG BOX PICK-UP TRUCK For the Boone County Parks & Recreation Department

GASOLINE POWERED, ¾ TON 4X4 EXTENDED CAB WITH LONG BOX PICK-UP TRUCK For the Boone County Parks & Recreation Department Boone County, Kentucky INVITATION FOR BID #012216PKS GASOLINE POWERED, ¾ TON 4X4 EXTENDED CAB WITH LONG BOX PICK-UP TRUCK For the Boone County Parks & Recreation Department ACCEPTANCE DATE: Prior to 2:00

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)

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 PICK UP TRUCK Issue Date: December 13, 2016 Quotations marked Quotation will be received at the City of Fernie, City

More information

ITB Document and updates are on the College website:

ITB Document and updates are on the College website: INVITATION TO BID Cosmetology Kits ITB #17-005 INVITATION TO BID ITB 18-005-Welding Equipment Date Issued: October 26, 2017 ITB Document and updates are on the College website: http://www.daytonastate.edu/bussvcs/bids.html

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

Invitation for Bid. Purchase of Live Floor Trailer

Invitation for Bid. Purchase of Live Floor Trailer CITY OF BRENHAM, TEXAS Invitation for Bid Purchase of Live Floor Trailer IFB Number: 18-005 (REBID) Response Deadline: 3:00 P.M. (CST), Friday, February 9, 2018 Responses will be opened on this date and

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Kitchen Remodel Tahlequah, Ok Bid Due Date: June 25, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

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 CITY OF JOHNSON CITY, TENNESSEE PURCHASING DEPARTMENT 423/

INVITATION TO BID CITY OF JOHNSON CITY, TENNESSEE PURCHASING DEPARTMENT 423/ INVITATION TO BID CITY OF JOHNSON CITY, TENNESSEE PURCHASING DEPARTMENT 423/975-2716 Bid Name / Number TRI-AXLE DUMP TRUCK / #5691 Due Day / Date / Time Tuesday / March 5, 2013 / 1:30 PM Bid Location /

More information

Towns (tip of South Park

Towns (tip of South Park Towns (tip of South Park 2675 Brownsvifle Road, South Park, Pennsyfvania 15129 Phone.: (412) 831-7000 Fa#: (412) 831-0425 www.soittfijjarfi.tvvp.com Boarcf of Supervisors : David]. Buchewicz Walter C.

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

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

(1) NEW ,000 LB. CAPACITY DIESEL POWERED FORKLIFT w/side SHIFT MAST

(1) NEW ,000 LB. CAPACITY DIESEL POWERED FORKLIFT w/side SHIFT MAST (1) NEW 2013 8,000 LB. CAPACITY DIESEL POWERED FORKLIFT w/side SHIFT MAST BID #: WS 21-13 BID OPENS: MARCH 21, 2013 @ 3:00 P.M. Last Revised 02/19/2013 Page 0 NOTICE TO BIDDERS Notice is hereby given that

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

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

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

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. 16027 Four (4) New 20 Ton Utility Tag Trailers (Per Attached Specifications) Bid Release: December 4, 2015 Bid Questions Deadline: December 10, 2015 Bid Due

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

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID Sealed bid proposals, plainly marked "Public Works Department Mowers Bid #31-11 on the outside of the envelope, addressed

More information

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH ` (1) Standby Generator @ Commercial Drive Sewer Lift Station Sealed Bid (Bid-2017-025) Town of Salem, NH August 4, 2017 SALEM PURCHASING Christine Wholley, Purchasing Agent 603-890-2090 fax 603-890-2091

More information

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax: PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org September 11, 2012 Ladies and Gentlemen: The City of Peachtree City will

More information

ONE (1), NEW 1 TON CAB CHASSIS AND UTILITY BODY For the Boone County Public Works Department

ONE (1), NEW 1 TON CAB CHASSIS AND UTILITY BODY For the Boone County Public Works Department Boone County, Kentucky INVITATION FOR BID # 022317PW ONE (1), NEW 1 TON CAB CHASSIS AND UTILITY BODY For the Boone County Public Works Department ACCEPTANCE DATE: Prior to 2:00 p.m., February 23, 2017

More information

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

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

More information

INVITATION TO BID BOARD OF COUNTY COMMISSIONERS, WALTON COUNTY, FLORIDA HIGHWAY 98 MEDIAN AND RIGHT OF WAY MAINTENANCE BID NO.

INVITATION TO BID BOARD OF COUNTY COMMISSIONERS, WALTON COUNTY, FLORIDA HIGHWAY 98 MEDIAN AND RIGHT OF WAY MAINTENANCE BID NO. SUBJECT TO LOCAL VENDOR PREFERENCE INVITATION TO BID BOARD OF COUNTY COMMISSIONERS, WALTON COUNTY, FLORIDA HIGHWAY 98 MEDIAN AND RIGHT OF WAY MAINTENANCE BID NO.: 017-018 Sealed bids for the Highway 98

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

City of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # INVITATION TO BID Public Works Department Parking Division INVITATION TO BID The City of is seeking bids for an Electric Utility Vehicle for parking enforcement. Sealed bid proposals, plainly marked Bid #03-09 Electric

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

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA 30523 706-839-0200 www.habershamga.com REQUEST FOR PROPOSALS Habersham County Office of County Commissioners

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

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

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Membrane Roof and Skylights Bid Due Date: April 27, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

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

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

INVITATION TO BID (ITB)

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

More information

INVITATION 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

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

REQUEST FOR QUOTATIONS

REQUEST FOR QUOTATIONS 2013-17 REQUEST FOR QUOTATIONS The City of Dawson Creek is requesting quotations for the supply and delivery of: - One (1) 2013 Dual Engine, Self-Propelled Snowblower This is a Request for Quotations only.

More information

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

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the removal of wood waste for the Forestry Division Instructions to Bidders 1. An advertisement

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

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

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

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

More information