MANDATORY ON-SITE PRE-BID MEETING

Size: px
Start display at page:

Download "MANDATORY ON-SITE PRE-BID MEETING"

Transcription

1 BID NUMBER: B18-01 DESCRIPTION: Buckhorn Tower Replacement CLOSING DATE: February 22, 2018 INVITATION TO BID (ITB) LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO Please bid DELIVERED PRICES on the following Goods or Services. No bid is contingent on the purchase of all items listed. The right is reserved to reject any and all bids or parts thereof. Prices and terms shall remain in effect for 30 days from date of opening. The Board of Larimer County Commissioners will be accepting sealed bids for the Information Technology Department at the office of the Purchasing Director, 200 W. Oak Street, Suite 4000, Fort Collins, Colorado, 80521, up to 2:00 P.M. (our clock), on Thursday, February 22, 2018 at which time they will be publicly opened and read aloud to consider contracting for the construction of a 100' free standing lattice tower, excavation and construction of a concrete pad designed to hold and store a 25 Kilowatt(kW) diesel generator, excavation and construction of the access road for the new tower, and the removal of the existing 100 tower. Bid documents and specifications are available online at Rocky Mountain e-purchasing at and on the Larimer County Purchasing site at All bidders must be experienced radio tower installers with a minimum of five (5) years of experience in radio tower construction/installation and have completed a minimum of four (4) projects of similar size and scope within the last five years. The County reserves the right to reject a bid from a Contractor considered unqualified. MANDATORY ON-SITE PRE-BID MEETING A MANDATORY pre-bid on-site meeting/walkthrough will be held on February 12, Representatives of Larimer County will be present to discuss the project and to answer questions. Interested vendors must meet NO LATER THAN 1:00 P.M. at Vern's Restaurant, 4120 Co Rd 54G, Laporte, CO Participants will then convoy to the site from Vern's Restaurant Vendors need to bring appropriate evaluation tools, safety wear and weather appropriate clothing for viewing remote mountain areas Walking the area will take approximately 60 minutes Please be sure you have reviewed this Invitation to Bid prior to this meeting. Vendors are required to attend, sign-in, and participate in this meeting. *** THIS IS A MANDATORY PRE-BID MEETING. ONLY VENDORS THAT ATTEND AND SIGN-IN AT THE PRE-BID MEETING WILL BE ALLOWED TO SUBMIT A BID FOR THIS SOLICITATION; BIDS WILL BE REJECTED FROM BIDDERS THAT HAVE NOT SIGNED IN AT PRE-BID MEETING.***

2 All questions regarding this bid must be in writing and should go to Christal Bateman, Purchasing Agent, at Questions are due no later than 10:00 a.m. Thursday, February 15, Please call Christal Bateman at to verify receipt of your questions. NOTE: Unauthorized contact with any other County employees regarding this bid may result in disqualification of your bid. GENERAL INSTRUCTIONS: Bidder shall not stipulate in his bid any conditions not contained in the specifications, unless specifically requested in the special instructions. Any bids that fail to comply with the literal letter of these instructions and the specifications may be rejected forthwith. Bids shall be typewritten or written in ink on the form prepared by the County. If the form is filled out using pencil, the bid may be considered non-responsive and may be rejected. The person signing the bid or an authorized representative of the company shall initial all corrections or erasures made on your bid. Any charges for freight, delivery, containers, packaging, etc., will be included in the bid price. In submitting the bid, the vendor agrees that acceptance of any or all bids by the County within a reasonable time period constitutes a contract. No delivery shall become due or be accepted until a purchase order has been issued by the Purchasing Director of Larimer County. It is understood that the Board of Larimer County Commissioners reserves the right to reject any and/or all bids and to waive informalities in bids, and to accept the bid that, in the opinion of the Board, is in the best interest of Larimer County. The total cost of bid preparation and submission shall be borne by the bidder. If, in the sole judgment of the Board of County Commissioners, the proposals are substantially equal, the Board may grant the contract to companies located in Larimer County, however this is not applicable in the case that Federal funds are used. As of August 7, 2006, state and local government agencies are prohibited from purchasing services from any contractor that knowingly employs illegal immigrants to help carry out publicly funded work. Pursuant to the provisions of Colo. Rev. Stat , contractors must certify that they are using the E-Verify Program or Department Program to verify the employment eligibility of new employees. If a contractor awarded a contract violates the provisions of Colo. Rev. Stat (2), the state or local government agency may terminate the contract and the contractor will be liable for damages to such agency. Vendor certifies, warrants, and agrees that (he) (she) (it) has knowledge of the Keep Jobs in Colorado Act codified at Sections , et seq. of the Colorado Revised Statutes and that Colorado labor shall be employed to perform at least eighty percent (80%) of the work. See for more information regarding this Act, which applies to Public Works projects. All information submitted in response to this bid is public after the bid opening. The bidder should not include as a part of the response to the invitation to bid any information which the bidder believes to be a trade secret or other privileged or confidential data. If the bidder wishes to include such material with a bid, then the material should be supplied under separate cover and identified as confidential. Statements that the entire bid is confidential will not be honored. Larimer County will endeavor to keep that information confidential, separate and apart from the bid subject to the provisions of the Colorado Open Records Act or order of court. No work shall commence nor shall any invoices be paid until the contractor provides the requested proof of insurance as outlined in the Insurance Requirements for Contractors and until such proof is accepted by Larimer County. Additionally, the contractor will provide an endorsement naming Larimer County as an

3 additional insured to their policy. If you have any questions concerning the insurance requirements, please contact Risk Management at (970) at least one week prior to the bid opening date. Payment for work performed or goods sold to Larimer County can be expected within 30 days after receipt of the invoice and satisfactory acceptance from the department receiving the service or goods. Any discount allowed by the vendor for prompt payment, etc., must be reflected in the bid figure, and not entered as separate pricing on the bid. No telephone, , or facsimile bids will be accepted. Bids must be clearly identified on the front of the envelope by bid number and title. Responsibility for timely submittal and routing of bids, prior to opening, lies solely with the bidder. Bids received after the opening time specified will not be considered. Larimer County strongly encourages the use of small and minority firms, women's business enterprises, and labor surplus area firm services. In accordance with Federal and State laws, Larimer County does not discriminate. Other governmental entities may piggyback on the award of this solicitation, and should contact Larimer County Purchasing for any necessary procurement documents. The entity shall deal directly with the award vendor concerning the placement of Purchase Orders, freight charges, contracting and disputes, invoicing, and payment. Larimer County shall not be held liable or responsible for any liability, claims, costs, damages, demands, actions, losses, judgments or expenses incurred by the vendor or any government entity relating to such use. The Contractor certifies that by signing the contract, neither the contractor nor subcontractors, the organization nor its principals are suspended or debarred or otherwise excluded from procurement by the Federal government and do not appear on the Excluded Parties List System (EPLS) maintained by the General Services Administration (GSA). No vendor awarded a solicitation shall be federally debarred. Such debarment shall be checked through the System for Award Management, at Bids must be furnished exclusive of any Federal, State, or Local taxes. INTENT: The United States Forest Service (USFS) has authorized Larimer County to replace the existing free standing lattice tower at the Buckhorn communications site. The Buckhorn site is located at 740 N County Road 41, Bellvue, CO This Invitation to Bid (ITB) is for the procurement and on-site construction of a 100 free standing lattice tower, a concrete generator pad, construction of the access road for the new tower, and the removal of the existing tower after all Larimer County equipment that will be re-used has been relocated to the new tower. The Contractor is to follow the specifications as provided by the County-procured Drawings (see Attachment 2). SCOPE OF WORK: The County is to: A. Obtain a special use permit from the USFS. B. Relocate four (4) 4.9ghz microwave radios from old tower to new. Coordination with Contractor must be made to ensure connectivity to remote sites is down minimally.

4 The Contractor is to: A. Purchase and construct, on-site, a 100' lattice steel tower to include foundation design, antennas, excavation, and construction. a. Tower foundation design to be in accordance with Geotechnical Report (see Attachment 1), Drawings (see Attachment 2) and manufacturer specifications of Contractor-proposed tower. B. Install Contractor-provided antennas and cabling in accordance with the New Southeast Elevation drawing on page four (4) of Attachment 2. a. Antenna coaxial cable to be at least ½ inch in diameter. b. All antennas to be installed on appropriately sized, Contractor-provided standoff mounts. C. Excavate and construct a concrete pad appropriate for the emplacement of a 25kW diesel generator with 200gal. tank (purchase and install of the generator is not part of this ITB). D. Provide and install R56-compliant site grounding for building, tower, and generator. E. Perform excavation and construction of new tower access road in accordance with site plan (see Attachment 2). F. Removal of existing tower and any unused antennas, cables, etc in accordance with Site Plan specifications (see Attachment 2). G. Contractor responsible for obtaining and purchasing all required permits. H. Follow site layout in accordance with Site Plan. See Attachment 2 (page 4) for Site Plan. I. Be ready to start work no earlier than June 1, 2018 and must have all work completed no later than August 1, TOWER SPECIFICATIONS: A. Self-Supporting Tower (free-standing) constructed of tubular steel. B. Anchor bolts. C. Anchor bolt placement template. D. Hot dipped galvanized sections and components. E. Tubular construction of tower sections. F. Angular support bracing. G. Hot dipped galvanized tower assembly hardware. H. Eight (8)-hole vertical waveguide ladder with stacker kits on outside of one face of the tower. I. Step bolts provided on one (1) leg for climbing. J. Safety climb cable system for 100' tower. K. Safety climb cable sleeve. L. WIND AND ICE LOAD a. Design Ultimate Wind Speed Vult=165 mph b. Ground Snow Load = 100 psf c. Building Code is 2015 IBC d. Contractor to evaluate and design for applicable ice load M. ANTENNA LOAD a. 1- DB222 [w/pole 22.0 b mhz Larimer-provided 26.0 c. 1- DB d. 1-6' solid with Radome 40.0 e. 1- DB f. 1-6' solid with Radome 53.0 g. 1-6' solid with Radome 62.0 h. 1- DB i. 1- DB j. 1- DB k. 1- DB l. 1- DB

5 QUALIFICATIONS: To be eligible for consideration, bidders must: Have five (5) or more years in radio tower construction services. o Each bid must include verification that the company has been in business a minimum of five (5) years, (examples of acceptable verification are: Business license, Sales Tax License, or other verifiable documentation). o A letter stating the vendor has been in business for a minimum of five (5) years will not be sufficient and will cause bid to be rejected. Provide four (4) verifiable references for projects of similar size and scope from the past five (5) years; list references on page six (6) of the Bid Form. Have attended, and signed in at, the mandatory pre-bid meeting as identified on page one (1) of this solicitation. INSURANCE REQUIREMENTS: Prior to commencement of any work, contractor shall forward Certificates of Insurance to Larimer County Risk Management, 200 W. Oak St., #4000, Fort Collins, Colorado The insurance required shall be procured and maintained in full force and effect for the duration of the Contract and shall be written for not less than the following amounts, or greater if required by law. Certificate Holder should be Larimer County at the above address. I. Workers Compensation and Employers Liability II. A. State of Colorado: Statutory B. Applicable Federal: Statutory C. Employer s Liability: $100,000 Each Accident $500,000 Disease-Policy Limit $100,000 Disease-Each Employee D. Waiver of Subrogation Commercial General Liability on an Occurrence Form including the following coverages: Premises Operations; Products and Completed Operations; Personal and Advertising Injury; Medical Payments; Contractual Liability; Independent Contractors; and Broad Form Property Damage. Coverage provided should be at least as broad as found in Insurance Services Office (ISO) form CG0001. Minimum limits to be as follows: A. Bodily Injury & Property Damage General Aggregate Limit $2,000,000 B. Products & Completed Operations Aggregate Limit $2,000,000 C. Personal & Advertising Injury Limit $1,000,000 D. Each Occurrence Limit $1,000,000 Other General Liability Conditions: 1. Products and Completed Operations to be maintained for one year after final payment. Contractor shall continue to provide evidence of such coverage to the County on an annual basis during the aforementioned period (as appropriate). 2. Contractor agrees that the insurance afforded the County is primary. 3. If coverage is to be provided on Claims Made forms, contractor must refer policy to Risk Management Department for approval and additional requirements. III. Professional Liability/Errors & Omissions $1,000,000 IV. Commercial Automobile Liability coverage to be provided on Business Auto, Garage, or Truckers form. Coverage provided should be at least as broad as found in ISO form CA0001 (BAP), CA0005 (Garage) or CA0012 (Trucker) including coverage for owned, non-owned, & hired autos. Limits to be as follows: A. Bodily Injury & Property Damage Combined Single Limit $1,000,000

6 V. All Insurance policies (except Workers Compensation and Professional Liability) shall include Larimer County and its elected and appointed officials and employees as additional insureds as their interests may appear. The additional insured endorsement should be at least as broad as ISO form CG2010 for General Liability coverage and similar forms for Commercial Auto and Umbrella Liability. Additional Insured endorsement(s) shall be attached to the certificate of insurance that is provided to the county. VI. VII. VIII. The County reserves the right to reject any insurer it deems not financially acceptable by insurance industry standards. Property and Liability Insurance Companies shall be licenses to do business in Colorado and shall have an AM Best rating of not less than B+ and/or VII. Notice of Cancellation: Each insurance policy required by the insurance provision of this Contract shall provide the required coverage and shall not be suspended, voided or canceled except after thirty (30) days prior written notice has been given to the County, except when cancellation is for nonpayment of premium, then ten (10) days prior notice may be given. Such notice shall be sent directly to Larimer County Risk Management, 200 W. Oak St., #4000, Ft. Collins, CO If the insurance company refuses to provide the required notice, the contractor or its insurance broker shall notify the County of any cancellation, suspension, non-renewal of any insurance within seven (7) days of receipt of insurers notification to that effect. Contractor shall furnish Larimer County certificates of insurance. Contractor will receive all subcontractors certificates of insurance. Such certificate must meet all requirements listed above. ANY DEVIATIONS FROM THE STANDARDS GIVEN ABOVE MUST BE APPROVED BY THE LARIMER COUNTY RISK MANAGEMENT DEPARTMENT. LARIMER COUNTY DOES NOT ACCEPT LIMITATIONS OF LIABILITY. AWARD & CONTRACT: This solicitation will be awarded to the vendor with the most responsive, responsible, reasonable, lowest GRAND TOTAL PRICE meeting all specifications, deemed the best fit and most advantageous to Larimer County. A Larimer County Purchase Order, this Invitation to Bid document, and the Award Vendor s response, all of which are incorporated by reference herein, will serve as the Agreement between the Board of County Commissioners of Larimer County, Colorado and the Award Vendor. Any exceptions or requested additions to the attached agreement must be stated and submitted with your Bid; these requests will not be accepted after the bid has opened. The County makes no guarantee of any changes or concessions, but will review and consider all requests submitted. BIDDING INSTRUCTIONS: The following items are part of the bid for the above noted project. If any of these items are not included with the documents provided, please contact the Larimer County Purchasing Department. Bid Package General Instructions Bid Bond Certificate of Intent to Sublet Sample Payment Bond Sample Performance Bond Bid Form Geotechnical Report Drawings

7 It is not necessary to return the entire Bid Package for the Bid Opening. Submittal of the following completed forms is required: Bid Form Bid Bond Each Bid must be accompanied by a Bid Guaranty consisting of a properly Certified Check, Cashier s Check or Bid Bond, in the amount of five percent (5%) of the contractor s bid, without conditions, payable to Larimer County. The sample Bid Bond included in these bid documents may be used as Bid Guaranty. This is the only acceptable form for a Bid Bond, no other form will be accepted. Bid Guaranties may be held until the contract is awarded, provided the time from bid opening to contract award does not exceed thirty days. The successful Bidder will be required to furnish Performance and Payment Bonds. Include itemized costs within each Description Category utilizing the provided Bid Form. Each bid must include what brand of tower you propose (included under Material on Bid Form) and a unit bid price for each item shown in the Bid Form. Failure to include unit bid prices may be cause for rejection of bid. A qualification verification document as referenced under Qualifications must also be submitted in addition to the References contained in the Bid Form. The Bid and Bid Guaranty must be placed in one envelope securely sealed there and labeled. PLEASE SUBMIT YOUR BID WITH THE FOLLOWING AFFIXED TO THE FRONT OF THE ENVELOPE: Bid Number: B18-01 BUCKHORN TOWER REPLACEMENT Bid Public Opening Date: 2/22/2018 Vendor Name: Return Your Bid to: LARIMER COUNTY PURCHASING DIRECTOR 200 W. OAK STREET, SUITE 4000 FORT COLLINS, COLORADO NOTE: Use the label to the left on packages when returning your bid response. Larimer County will not be responsible for the premature opening of Bids not properly labeled.

8 BID BOND KNOW ALL MEN by these presents that the undersigned of as Principal, and as Surety, are held firmly bound unto Larimer County, Colorado (the Owner) in the penal sum of Dollars ($ ) for the payment of which said Principal and Surety each separately, severally, and jointly hereby bind themselves, their heirs, executors, administrators, successors, and assigns firmly by these presents. Dated, signed, sealed and executed this day of, 20. The conditions of this bond are such that whereas the said Principal is about to submit a bid to Larimer County, Colorado (the Owner) to furnish all services, labor, materials and equipment necessary for the improvement of a project known as Bid No. B18-01, Buckhorn Tower Replacement. NOW THEREFORE, if the above bound Principal, if he be awarded the contract for the materials and work upon which he bid, shall within the fifteen (15) days of such award enter into a written contract with Larimer County, Colorado (the Owner) in form set out in the Contract Documents for said project and shall furnish bond to be executed by an acceptable surety company, then this bond shall be null and void, otherwise to remain in full force and effect. IN WITNESS WHEREOF, the parties have caused this bond to be executed. PRINCIPAL STATE OF COLORADO, ) )ss. COUNTY OF LARIMER ) Before me, a Notary Public in and for said State, came SURETY as Principal, and of, Attorney in Fact for said, as Surety, with both of whom I am personally acquainted, and acknowledged that they subscribed their signatures to the above and foregoing bond. Subscribed to before me a Notary Public this day of, 20. ( S E A L ) NOTARY PUBLIC My Commission Expires:.

9 CERTIFICATE OF INTENT TO SUBLET B18-01, BUCKHORN TOWER REPLACEMENT In accordance with Section of the Standard Specifications, the successful bidder may sublet a portion of the contract. The bidder hereby certifies that if awarded the contract, he (does)* (does not)* intend to sublet a portion of the work. Following are the names and addresses of proposed subcontractors and the items and cost of the work each will subcontract. Any changes made to this list after award of contract must be approved in writing by the Engineer. Name/Address Subcontract Item Project Cost Company Signature Date *circle appropriate word(s) Name (Please Print) Title

10 BID FORM B18-01, BUCKHORN TOWER REPLACEMENT: PAGE 1/7 Description Qty Rate Total LABOR: Labor Total:

11 PAGE PAGE 1/3 2/7 Description Qty Rate Total EQUIPMENT: Equipment Total:

12 Description Qty Rate Total PAGE 3/7 PERMITS: Permit Total:

13 MATERIAL: Description Qty Rate Total PAGE 4/7 Material Total:

14 Description Qty Rate Total ANTENNA AND LINE MATERIAL: PAGE 5/7 Antenna and Line Material Total: Grand Total Price:

15 PAGE 6/7 References Provide a minimum of four (4) references from the past five (5) years for radio tower construction and installation services for projects of similar size and scope to the Buckhorn Tower Replacement Project. 1) Agency: Address: Contact Name & Title: Contact Phone #: Contact Services provided, and what year(s) this occurred: 3) Agency: Address: Contact Name & Title: Contact Phone #: Contact Services provided, and what year(s) this occurred: 2) Agency: Address: Contact Name & Title: Contact Phone #: Contact Services provided, and what year(s) this occurred: 4) Agency: Address: Contact Name & Title: Contact Phone #: Contact Services provided, and what year(s) this occurred:

16 ADDENDA: The bidder acknowledges receipt of the following Addenda: PAGE 7/7 Addendum Number Date of Addendum Date Received The undersigned certifies that he/she has examined the specifications and instructions to bidders and has submitted a bid in full compliance and without collusion with any other person, individual or corporation. The undersigned further certifies that he/she is or is trying to participate in the E-Verify program, an electronic program provided via U.S. Citizenship and Immigration Services, through which employers verify the employment eligibility of their employees after hire. Visit the link below for more information. The undersigned certifies that you have verified that you do not employ illegal aliens, and that you shall not knowingly employ an illegal alien to perform work. SIGNED: TITLE: PRINTED NAME: FIRM: ADDRESS: CITY: STATE: ZIP: DATE: TELEPHONE NUMBER: ADDRESS: For further information regarding this invitation to bid, please contact Christal Bateman, Purchasing Agent, at (970) , or cbateman@larimer.org

17 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, that, of the County of, State of,as principal, and of, State of, as surety, are held and firmly bound unto the County of Larimer, in the penal sum of ($ ), with interest thereon at the rate of eight percent (8%) per annum until paid, in good and lawful money of the United States of America, for the payment of which sum well and truly to be made, principal and surety bind ourselves, our heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents. WITNESS our hands and seals this day of, A.D. 20. The conditions of the foregoing obligation are such that whereas, on the date hereof, the said principal entered into a written contract with the County of Larimer for the construction of Bid No., Project No. -, in the State of Colorado; said construction work to be done according to the requirements of said contract. NOW THEREFORE, if the said principal shall at all times duly and faithfully promptly make payments in all amounts lawfully due to all persons supplying or furnishing him or his subcontractors with labor or materials used or performed in the prosecution of the work provided for in such contract, then this bond will be null and void, otherwise the principal and surety will indemnify and save harmless the County to the extent of any payments in connection with the carrying out of any such contracts which the County may be required to make under the law. Larimer County shall be under no obligation, except as expressly provided by statute, to withhold any sums due the said principal under the terms of this bond, or to protect in any other way the surety or sureties, claimants or others. No representation or statement of the principal made to the surety or sureties in application for this bond, or otherwise, shall be read into or be a part of this bond or binding in any way on the obligee herein. No assignment by principal to surety of the proceeds of such contract shall be binding, except as to any net surplus after paying all claims chargeable by law or by said contract, against the proceeds thereof. No extension of time of performance of said contract or delay in the completion of the work there under shall invalidate this bond or release the liability of the surety there under. This Bond shall not be deemed valid until it shall have been accepted by the Chair, Larimer County Board of Commissioners, or such assistant as he or she may designate.

18 IN WITNESS WHEREOF, we have hereunto set our hands and seals at, Colorado, the day and date written above. Signature of Principal Signature of Principal (SEAL) (SEAL) Signature of Surety Signature of Surety (SEAL) (SEAL)

19 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, that we,of the County of, State of, as principal, and of, State of, as surety, are held and firmly bound unto the County of Larimer, in the penal sum of ($ ) with interest thereon at the rate of eight percent (8%) per annum until paid, in good and lawful money of the United States of America, for the payment of which sum well and truly to be made, principal and surety bind ourselves, our heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents. WITNESS our hands and seals this _ day of, A.D. 20. The conditions of the foregoing obligation are such that whereas, on the date hereof, the said principal entered into a written contract with the County of Larimer for the construction Bid No., Project No. -. In the State of Colorado; said construction work to be done according to the requirements of said contract. NOW, THEREFORE, if the said principal shall at all times duly and faithfully discharge its, his or their duties under said contract, and shall duly and faithfully perform all the obligations thereof, and shall and will indemnify and save harmless the County of Larimer, and all persons as provided by the Statutes of the State of Colorado, from any and all damages or loss which the County of Larimer or any persons as provided by the Statutes of the State of Colorado may or shall suffer by reason of the default of the principal or anyone acting for it as subcontractor or otherwise in the performance of this contract, or by reason of any failure on the part of said principal, its agents, servants, or employees, subcontractor or subcontractors, or any of them, in the performance of said contract or any portion thereof, and if the said principal, its subcontractor or subcontractors, and each and all of them, shall duly pay for all labor, materials, and other supplies used or consumed in the performance of the work contracted to be done or any part thereof, then this obligation shall be void; otherwise it shall remain in full force and effect. Larimer County shall be under no obligation, except as expressly provided by statute, to withhold any sums due the principal under the terms of this bond, or to protect in any other way the surety or sureties, claimants or others. No representation or statement of the principal made to the surety or sureties in application for this bond, or otherwise, shall be read into or be a part of this bond or binding in any way on the obligee herein. No assignment by principal to surety of the proceeds of such contract shall be binding, except as to any net surplus after paying all claims chargeable by law or by said contract, against the proceeds thereof. No extension of time of performance of said contract or delay in the completion of the work thereunder shall invalidate this bond or release the liability of the surety thereunder. This Bond shall not be deemed valid until it shall have been approved by the Chair, Larimer County Board of Commissioners, or such assistant as he or she may designate.

20 IN WITNESS WHEREOF, we have hereunto set our hands and seals at, Colorado, the day and date written above. Signature of Principal Signature of Principal Signature of Surety Signature of Surety (SEAL) (SEAL) (SEAL) (SEAL)

REQUEST FOR QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project

REQUEST FOR QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project REQUEST FOR QUOTATION (RFQ) RFQ # Q18-04 CLOSING DATE: 4/20/2018 TITLE: Kit Carson Emergency Siren Project CLOSING TIME: 10:00 A.M. (our clock) INTENT Larimer County Purchasing Department, on behalf of

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S Page 11 of 17 G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S The contractor shall provide certificates of insurance in a form acceptable to the Georgia Ports Authority

More information

Insurance Requirements for Contractors

Insurance Requirements for Contractors Insurance Requirements for Contractors I. CONTRACTOR S LIABILITY AND WORKERS COMPENSATION INSURANCE Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

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

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT THIS AGREEMENT made and entered into this day of, 19, by and between

More information

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT Effective August 22, 2018, Addendum No. 1 and the applicable attachment(s) is associated with the Invitation for Bid (IFB) seeking bids

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

construction plans must be approved for construction by the City PBZ department.

construction plans must be approved for construction by the City PBZ department. City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00

More information

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404) City of Forest Park Request for Proposals for the Forest Park Urban Redevelopment Agency (URA) Installation Ft. Gillem Forest Park, Georgia 30297 Mandatory Pre-Proposal Conference September 29, 2015 at

More information

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT Amended 6/09 APPLICABILITY: These procedures will apply where an individual desires to install or abandon a temporary monitoring

More information

Proposal No:

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

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION SPECIFICATIONS FOR DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST.THOMAS, UNITED STATES VIRGIN ISLANDS JUNE 2016 VIRGIN ISLANDS PORT AUTHORITY

More information

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building Contract Documents And Specifications For Engler Park Dressing Room Building City of Farmington 110 West Columbia Farmington, Missouri 63640 CITY OF FARMINGTON Department of Parks & Recreation 407 Boyce

More information

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED**

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED** I. INTRODUCTION DARLINGTON COUNTY County of Darlington, South Carolina is seeking bids from qualified firms to install carpet squares and vinyl tile in the Outreach building located at 404 4 th Street

More information

ENCROACHMENT PERMIT PACKAGE

ENCROACHMENT PERMIT PACKAGE ENCROACHMENT PERMIT PACKAGE The following documents are included in this package: Encroachment Permit application Statement of insurance requirements Insurance and bond forms City review of the encroachment

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

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways Description: The Litchfield Airport Authority is accepting

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

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

More information

NEW AIR TRAFFIC CONTROL TOWER

NEW AIR TRAFFIC CONTROL TOWER DIVISION I NEW AIR TRAFFIC CONTROL TOWER CONSTRUCTION MANAGER AT RISK (CMAR) CONSTRUCTION SERVICES CONTRACT PROJECT NO. 927 TABLE OF CONTENTS ARTICLE PAGE ARTICLE 1 PARTICIPANTS AND PROJECT... 2 ARTICLE

More information

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

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

More information

INVITATION 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

THE CITY OF MOBILE MOBILE, ALABAMA

THE CITY OF MOBILE MOBILE, ALABAMA THE CITY OF MOBILE MOBILE, ALABAMA PROJECT MANUAL FOR SERVICE CONTRACT - OVERHEAD DOOR/COUNTER SHUTTER/ELECTRONIC GATE SERVICE VARIOUS CITY OF MOBILE FACILITIES PB-123-18 City of Mobile, Alabama 850 Owens

More information

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, 30297. Bid Deadline November 3, 2017, at 2pm Purpose: The City of

More information

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide CENTRAL COAST WATER AUTHORITY Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide March 2018 1 CONTRACT DOCUMENTS TABLE OF CONTENTS BIDDING REQUIREMENTS, CONTRACT

More information

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst

More information

Sample. Sub-Contractor Insurance & Indemnification Agreement

Sample. Sub-Contractor Insurance & Indemnification Agreement Sample Sub-Contractor Insurance & Indemnification Agreement This Agreement, as negotiated herein, is entered into by and between Subcontractor and Parish/School. For good and valuable consideration, the

More information

City of Forest Park Request for Proposals. Secure Access Control Systems

City of Forest Park Request for Proposals. Secure Access Control Systems City of Forest Park Request for Proposals Secure Access Control Systems Mandatory Pre-Proposal Conference March 9, 2016 at 10 am Bid Deadline March 25, 2016, at 2pm Purpose: The City of Forest Park is

More information

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

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

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES This is an agreement ( Agreement ) by and between the Ventura County Transportation Commission, hereinafter

More information

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension ADDENDUM CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID Project Number ITB 18-02-15 Flat Roof Life Extension Central Linn Elementary School Central Linn High School Central Linn School District PO

More information

SOLICITATION. For. 2015/2016 WEED and SNOW REMOVAL SERVICES CITY OF FORT MORGAN, COLORADO. May 18, Jared R. Crone Lieutenant, Police Department

SOLICITATION. For. 2015/2016 WEED and SNOW REMOVAL SERVICES CITY OF FORT MORGAN, COLORADO. May 18, Jared R. Crone Lieutenant, Police Department SOLICITATION For 2015/2016 WEED and SNOW REMOVAL SERVICES in CITY OF FORT MORGAN, COLORADO May 18, 2015 Jared R. Crone Lieutenant, Police Department POLICE DEPARTMENT P.O. BOX 100 FORT MORGAN, COLORADO

More information

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005.

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005. CITY OF VANCOUVER REQUEST FOR QUOTATION QUOTATION NO. 5 OPENING 3:00 P.M. FEBRUARY 3, 2005 PLEASE QUOTE ON THE FOLLOWING: The following project will be accomplished as a SMALL WORKS PROJECT and will be

More information

Alabama State Port Authority

Alabama State Port Authority To: Prospective Bidders Date: 8/5/2016 Please procure the following and deliver to the address below: Delivery of Proposal: Alabama State Port Authority Location identified below in Notes #1 Delivery of

More information

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

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

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

REQUEST FOR QUOTATION (RFQ) TITLE: Access-Security System Installation for FFFPD

REQUEST FOR QUOTATION (RFQ) TITLE: Access-Security System Installation for FFFPD REQUEST FOR QUOTATION (RFQ) QUOTATION: #Q17 09 TITLE: Access-Security System Installation for FFFPD CLOSING DATE: July 13, 2017 CLOSING TIME: 10:00 A.M. (our clock) INTENT The Larimer County Purchasing

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD. SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

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

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN

More information

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

More information

W I T N E S S E T H:

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

More information

Quiet Zone Installation Agreement

Quiet Zone Installation Agreement Quiet Zone Installation Agreement THIS QUIET ZONE INSTALLATION AGREEMENT is made effective this 3rd day of August, 2009, by and between WatersEdge Land Company, L.L.C. ( WatersEdge ) and the City of Overland

More information

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20 1 4, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO ADVERTISEMENT FOR BIDS Water Plant Backup Generators City of Kearney, MO Sealed bids will be received at Kearney City Hall, 100 East Washington, Kearney, MO 64060, on or before 2:00 PM, Friday, December

More information

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR Spray foam services At Wyoming County of Wyoming Animal shelter PRC # 2018009820 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the County of Wyoming

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

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Remove, Repair and Re- Install

More information

REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR SERVICES for CONSTRUCTION OF THE UTAH COUNTY CONVENTION CENTER

REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR SERVICES for CONSTRUCTION OF THE UTAH COUNTY CONVENTION CENTER UTAH COUNTY PUBLIC WORKS DEPARTMENT 2855 South State Street Provo, Utah 84606 (801) 851-8600 REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR SERVICES for CONSTRUCTION OF THE UTAH

More information

Self-Insurance Package for a Corporation

Self-Insurance Package for a Corporation Self-Insurance Package for a Corporation Bureau of Motor Vehicles Financial Responsibility Section P.O. Box 68674 Harrisburg, PA 17106-8674 Phone: (717) 783-3694 www.dmv.pa.gov PUB 618 (12-15) Preface

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

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

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

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

West Ridge Park Ballfield Light Pole Structural Assessment

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

More information

Contract Documents. and. Specifications. for. Engler Park Tennis Court Construction

Contract Documents. and. Specifications. for. Engler Park Tennis Court Construction Contract Documents and Specifications for Engler Park Tennis Court Construction City of Farmington 110 West Columbia Farmington, Missouri 63640 CITY OF FARMINGTON Department of Parks 407 Boyce Farmington,

More information

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS NOTICE TO CONTRACTORS PROPOSAL, AGREEMENT SPECIAL PROVISIONS PARKING LOT IMPROVEMENTS AT THE KINGS COUNTY GOVERNMENT CENTER County Project No.82420032

More information

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR LIBRARY INTERIOR IMPROVEMENT PROJECT DISTRICT PROJECT NO. PLD-2018-003 All Questions Regarding This Project Are

More information

CITY OF ROMULUS CHAPTER 39: PURCHASING

CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS ORDINANCE NO. AN ORDINANCE TO AMEND PORTIONS OF CHAPTER 39 AND TO ADD ADDITIONAL SECTIONS TO CHAPTER 39 OF THE PURCHASING ORDINANCE OF THE CITY OF

More information

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

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

More information

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06 City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06 Project Name: Replacement of Diving Platform Hand Rail

More information

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street Indianapolis, IN 46221 ITQ Issue Date: November 29, 2017 Project Site: Contact:

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

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

CONSTRUCTION AGREEMENT

CONSTRUCTION AGREEMENT CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with 32 ("Contractor") of 33, a 34,authorized to do business in the State of Florida, to

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY FURNISH AND INSTALL LED LUMINAIRES IN (DATE): MARCH 15, 2016

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY FURNISH AND INSTALL LED LUMINAIRES IN (DATE): MARCH 15, 2016 BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

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

Self-Insurance Package for an Individual

Self-Insurance Package for an Individual Self-Insurance Package for an Individual Bureau of Motor Vehicles Financial Responsibility Section P.O. Box 68674 Harrisburg, PA 17106-8674 Phone: (717) 783-3694 www.dmv.pa.gov PUB 620 (12-15) Preface

More information

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: #15-013 BOE Due on

More information

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES October 2, 2015 HUMAN RESOURCES DEPARTMENT 200 AVERY AVENUE MORGANTON, NORTH CAROLINA REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES GENERAL INFORMATION Burke County is located in western

More information

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

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

More information

KELTY TAPPY DESIGN, INC.

KELTY TAPPY DESIGN, INC. KELTY TAPPY DESIGN, INC. ARCHITECTURE PLANNING URBAN DESIGN FURNITURE BID DOCUMENTS LAGRANGE COUNTY PUBLIC LIBRARY Introduction Thank you for your interest in providing furniture-related items for the

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

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL 200 W. MAPLE AVE. MUNDELEIN, IL 60060 Issued for Bid: June 30, 2017 NOTICE OF INVITATION TO BID RE: MUNDELEIN

More information

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

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

More information

AGREEMENT FOR TRANSPORTATION SERVICES

AGREEMENT FOR TRANSPORTATION SERVICES AGREEMENT FOR TRANSPORTATION SERVICES This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business under the laws

More information

REMOVAL AND REPLACEMENT OF PLAY SURFACE AT CREEKSIDE ELEMENTARY SCHOOL CONTRACT DOCUMENTS

REMOVAL AND REPLACEMENT OF PLAY SURFACE AT CREEKSIDE ELEMENTARY SCHOOL CONTRACT DOCUMENTS POWAY UNIFIED SCHOOL DISTRICT BID NO. 2018-04B CONTRACT DOCUMENTS PURCHASING DEPARTMENT 13626 TWIN PEAKS DRIVE POWAY, CA 92064 858.748.0010 X2544 TABLE OF CONTENTS DOCUMENT DESCRIPTION 00010 TABLE OF CONTENTS

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

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

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

5. BID FORMS TABLE OF CONTENTS

5. BID FORMS TABLE OF CONTENTS 5. BID FORMS TABLE OF CONTENTS SECTION 1 BID FORM SECTION 2 BID DATA FORMS 2.A LIST OF PROPOSED SUBCONTRACTORS 2.B BID BOND SECTION 3 NON-COLLUSION AFFIDAVIT SECTION 4 BIDDER INFORMATION FORM 4.A INFORMATION

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

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

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