County of Rockwall State of Texas

Size: px
Start display at page:

Download "County of Rockwall State of Texas"

Transcription

1 County of Rockwall State of Texas 1111 E. Yellowjacket Lane, Ste 202 Phone: Rockwall, Texas Fax: REQUEST FOR BID (RFB) RFB# : Request for Bid for Asphalts and Emulsions Date Due: August 11, 2017, no later than 10 a.m. CST. Bids received later than this date and time will not be considered. Return bid to: Lisa Constant Wylie, County Auditor 1111 E. Yellowjacket Lane, Ste 202, Rockwall, Texas For additional information, contact Allana Mitchell at or Pat Nesmith at Carefully read all instructions, requirements and specifications. All submissions should be filled out properly and have appropriate supplemental information as requested. Please return bid in a sealed envelope or package showing the bid number, description and marked as a sealed bid. You must sign below in ink; failure to sign will disqualify your submission. All prices must be typewritten or written in ink. Company Name: Company Address: City, State, Zip Code: Taxpayer Identification Number (T.I.N.) Telephone number: Fax Number: contact: Date: Print Name: Signature*: *Your signature attests to your offer to provide the goods and/or services in this proposal according to the published provisions of this job. When an award letter is issued, it becomes a part of this contract. Contract is not valid until award letter is issued Asphalts and Emulsions Page 1

2 Table of Contents Items listed below represent components that comprise this bid/proposal package. If any portion of the package is missing, notify the County Auditor s office immediately by calling Allana Mitchell at It is the Vendor s responsibility to be thoroughly familiar with all Requirements and Specifications. Be sure you understand the following before you return your bid packet. Once approved by the County of Rockwall your written bid becomes a binding agreement/contract. Cover Sheet: company name, address, and your signature in ink Page 1 Table of Contents Page 2 General Requirements: review and be familiar with all requirements Page 3 Bid Affidavit Page 12 References Page 13 Specifications: detailed information of scope of services/products Page 14 Conflict of Interest Questionnaire: Texas Local Government Code Section must be on file with the County Clerk, provide a file-stamped copy with submission Page 18 W-9 form Page Asphalts and Emulsions Page 2

3 General Requirements for Bid/Proposal Read this entire document carefully, follow all instructions. You are responsible for fulfilling all requirements and specifications. Be sure you understand them. General requirements apply to all advertised requests for proposals; however, these may be superseded, whole or in part, by the special requirements/instructions. Review the Table of Contents. Be sure your proposal package is complete. In special circumstances, vendor may be required to allow duly authorized representatives of Rockwall County or the State of the Texas and the federal government access to contracts, books, documents and records necessary to verify the nature and extent of the cost of services provided by the vendor. Addenda When specifications are revised, the Rockwall County Auditor will issue an addendum addressing the nature of the change. Vendors must sign it and include it in the returned proposal package. Alteration of Proposals Any interlineations, alteration, or erasure made before the submission deadline must be initialed by the signer of the proposal, guaranteeing authenticity. Assignment The successful vendor shall not sell, assign, transfer or convey this contract, in whole or in part, without the prior written consent of the Rockwall County Commissioners Court. Award Rockwall County reserves the right to award this contract on the basis of lowest and best offer in accordance with the laws of the State of Texas, to waive any formality or irregularity, to make awards to more than one vendor, to reject any or all proposals. Bonds If this proposal requires submission of proposal guarantee and performance bond, there will be a separate page explaining those requirements. When required, offers submitted without the required proposed bond or a cashier s check will not be accepted. Change of Ownership If ownership of your firm should change during the term of this contract, Rockwall County must be notified in writing within (10) days and a new declaration of relationships shall be submitted immediately to the Rockwall County Auditor. Failure by the vendor to provide written notification of change of ownership may result in cancellation of the contract Asphalts and Emulsions Page 3

4 Changes No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting contract. All changes to the contract must be approved by the Rockwall County Auditor and will be made in writing by the Rockwall County Auditor. Confidentiality All information disclosed by Rockwall County to the successful offeror for the purpose of the work to be performed or information that comes to the attention of the successful offeror during the course of performing such work is to be kept strictly confidential. Any material that is to be considered as confidential in nature must be clearly marked as such by the offeror and will, to the best of our ability, be treated as confidential by Rockwall County. Contract Obligation Rockwall County Commissioners Court must award the contract. Following the Court s approval the County Auditor shall send an award letter approving the contract and thereby the proposal becomes binding on Rockwall County and the vendor. Department heads are not authorized to execute a contract, or any amendment or modification there from for Rockwall County. Contract Renewals Renewals may be made only by written agreement between Rockwall County and the vendor. Any price escalations are limited to those stated by the vendor in the original proposal. Contract Termination This contract shall remain in effect until expiration, completion and acceptance of services or default. Rockwall County reserves the right to terminate the contract immediately in the event the successful offeror fails to: 1. Meet delivery or completion schedules, or 2. Otherwise perform in accordance with the accepted proposal. Breach of contract or default authorizes the County to award to another offeror or purchase elsewhere and charge the full increase cost to the defaulting offeror. Either party may terminate this contract by providing thirty (30) days written notice to the other party. The successful offeror must state therein the reasons for such cancellation. Prior written notice must be delivered in person or sent by registered or certified mail, return receipt requested, proper postage paid and properly addressed to the other party at the address on the affidavit for the contractor or to the Rockwall County Auditor, 1111 E. Yellowjacket Lane, Ste 202, Rockwall, Texas Asphalts and Emulsions Page 4

5 Debt Rockwall County reserves the right to reject any bid submitted by a Vendor who owes a debt to the County. Debt includes delinquent taxes, fines, fees and delinquencies arising from written agreements with the County. Design, Standards and Practices Design, strength, quality of materials and workmanship must conform to the highest standards of engineering practices and/or professional services. Drug Free Work Place The County reserves the right to review drug-testing records of any personnel involved in this bid project. The County may require, at vendor s expense, drug testing for vendor s personnel if no drug testing records exists or if such test results are older than six (6) months. Addresses Consent Vendor affirmatively consents to the disclosure of its addresses that are provided to Rockwall County. This consent is intended to comply with the requirements of the Texas Public Information Act and shall survive termination of this agreement. This consent shall apply to the addresses provided by the vendor, its employees, officers, and agents acting on the vendor s behalf and shall apply to any address provided in any form for any reason whether related to this bid/proposal or otherwise. Errors and Omissions Due care and diligence have been used in preparation of this request for proposal and it is believed to be substantially correct. However, the responsibility for determining the full extent of the exposure and the verification of all the information presented herein shall rest solely on the vendor. Rockwall County and its representatives shall not be responsible for errors or omissions in these specifications, nor for failure on the part of the vendor to determine the full extent of the exposure. Evaluation Evaluation shall be used as a determinant as to which proposed items or services are the most effective and or most economical for the County. It shall be based on all factors that have a bearing on price and performance of the items in the user environment. All proposals are subject to negotiations by the Rockwall County Auditor and other appropriate departments, with recommendations to Commissioners Court. Compliance with all requirements, delivery, and needs of the using department are considerations in evaluating proposals. Pricing is not the only criteria for making a recommendation. All proposals that have been submitted shall be available and open for public inspection after the contract is awarded except for trade secrets or confidential information contained in the proposals and identified as such. Rockwall County may request representation and other information sufficient to determine offeror s ability to meet standards of adequate financial resources, ability to comply with delivery schedule, past Asphalts and Emulsions Page 5

6 records of performance. Funding Funds for payment have been provided through the Rockwall County annual budget by the Commissioners Court for this fiscal year only. The laws of the State of Texas prohibit the obligation and expenditure of public funds beyond the fiscal year for which a budget has been approved. Therefore, anticipated orders or other obligations that may arise past the end of the current Rockwall County fiscal year shall be subject to budget approval. Governing Forms In the event of any conflict between the terms and provisions of these requirements and the specifications, the specifications shall govern. In the event of any conflict of interpretation of any part of this overall document, Rockwall County s interpretation shall govern. Governing Law This request for proposals is governed by the competitive bidding requirements of the County Purchasing Act of the Texas Local Government Code. Vendors shall comply with all applicable federal, state and local laws and regulations. The vendor is further advised that these requirements shall be fully governed by the laws of the State of Texas and that Rockwall County may request and rely on advice, decisions and opinions of the Attorney General of Texas and the Rockwall County Criminal District Attorney concerning any portion of these requirements. Hold Harmless Agreement Successful offeror shall defend, indemnify and save harmless Rockwall County and all its officers, agents and employees from all suits, actions or other claims of any character, name and description brought for or on account of any injuries or damages received or sustained by any person, persons or property on account of any negligent act or fault of the successful offeror, or of any agent, employee, subcontractor or supplier in the execution of, or performance under, any contract which may result from proposal award. Successful offeror shall pay any judgment with cost which may be obtained against Rockwall County growing out of such injury or damages. Inspections and Testing Rockwall County reserves the right to inspect any item(s) or service location for compliance with specifications and requirements and needs of the County. If a vendor cannot furnish a sample of a bid item, where applicable, for review, or fails to satisfactorily show an ability to perform, the County can reject the offer as inadequate Asphalts and Emulsions Page 6

7 Insurance Any vendor that conducts business with Rockwall County, whether it is goods and/or services, must maintain lawful worker s compensation/self-insured employee coverage requirements and adequate liability limitations. The vendor, at its own expense, shall purchase and maintain the herein stipulated minimum insurance with companies duly licensed to do business in the State of Texas, possessing a current A.M. Best Inc. rating of A or better. The policies may provide coverage, which contain deductible or self-insured retention. Such deductible and/or self-insured retention shall not be applicable with respect to the coverage provided to Rockwall County under such policies. The vendor shall be solely responsible for all deductibles and/or self-insured retention. Within ten (10) days after contract award and prior to commencement of any work or delivery, the County Auditor requires the successful vendor to submit verification of their general liability coverage. The insurance coverage, except worker s compensation and professional liability, required by this contract, shall name Rockwall County and its officers, employees and elected officials as additional insured(s) as the interest of each insured may appear. Failure to comply with lawful requirements or adequate liability requirements may result in delay of payments and/or cancellation of the contract. All insurance required herein shall be maintained in full force and effect through out the term of this contract, including all extensions. a. Workers Compensation or self insured employee coverage meeting the acceptable requirements as established the Texas Workers Compensation Act, Title 5, Subtitle A, Texas Labor Code; and b. Commercial General Liability: Contractor shall maintain Commercial General Liability Insurance with a limit not less than $1,000, for each occurrence with a $2,000,000 Products/Completed Operations Aggregate and a $2,000,000 General Aggregate Limit. The policy shall include coverage for bodily injury, broad form property damage, personal injury, products and completed operations and blanket contractual coverage. c. Automobile Liability: Contractor shall maintain Commercial/Business Automobile Liability insurance with a combined single limit of bodily injury and property damage not less than $1,000,000/300,000/100,000 or combined single limit of $400, each occurrence with respect to the Contractor s any owned, hired, and non-owed vehicles assigned to or used in performance of this contract Asphalts and Emulsions Page 7

8 Contractor agrees that, with respect to the above referenced insurance, all insurance contracts will contain the following required provisions. a. Name Rockwall County and its officers, employees and elected officials as additional insured(s) (as the interest of each insured may appear) as to all applicable coverage. b. Provide for forty-five (45) days notice to the County for cancellation, nonrenewal or material change. c. Provide for endorsements that the other insurance clause shall not apply to Rockwall County where County is the additional insured on the policy. d. Provide for notice to the County at the address shown below by registered mail. e. Contractor agrees to waive subrogation against Rockwall County, its officers and employees for injuries, including death, property damage or any other loss. f. Contractor shall provide that all provisions of this contract concerning liability, duty and standard of care, shall be underwritten by contractual liability coverage sufficient to include obligation within applicable policies. Vendors and/or their freight contractors must be prepared to show coverage verification prior to entering upon Rockwall County premises. Invoices and Payments Vendors shall submit an original invoice. Invoices must be itemized. Any invoice, which cannot be verified by the contract price and/or is otherwise incorrect, will be returned to the vendor for correction. All payments made to Rockwall County shall be made by the 15 th of the month. Late Proposals Proposals received in the County Auditor s Office after the submission deadline shall be considered void and unacceptable. Rockwall County is not responsible for lateness of mail, carrier, etc., and the time and date stamped by the Auditor s office shall be the official time of receipt. Potential Conflicts of Interest An outside consultant or vendor is prohibited from submitting a bid or proposal for services on a Rockwall County project of which the consultant or vendor was a designer or previous contributor, or was an affiliate, subsidiary, joint venture or was in any other manner associated by ownership to any party that was a designer or other previous contributor. If such a consultant or vendor submits a prohibited bid or proposal, that bid or proposal shall be disqualified on the basis of conflict of interest, no matter when the conflict is discovered by Rockwall County. A CIQ form should be filed with the Rockwall County Clerk prior to the submission of this proposal. A copy of the filestamped CIQ should accompany the submission of this proposal Asphalts and Emulsions Page 8

9 Pricing Prices for all goods and/or services shall be negotiated to a firm amount for the duration of this contract or as agreed to in terms of time frame. Proposal Completion Fill out and return to the County Auditor, one original proposal form (marked original). Envelope must show the proposal number and be marked sealed proposal. An authorized company representative should sign the proposal cover sheet. Completion of these forms is intended to verify that the vendor has submitted the proposal, is familiar with its contents and has submitted the material in accordance with all requirements. Proposal Returns Vendors must return all completed proposals to the office of the Rockwall County Auditor at 1111 East Yellowjacket Lane, Ste 202, Rockwall, Texas before 10 a.m. CST in Rockwall, Texas on the date specified. Late proposals will not be accepted. Sales Tax Rockwall County is, by statute, exempt from the State Sales Tax and Federal Excise Tax; therefore, the proposal price shall not include taxes. Severability If any section, subsection, paragraph, sentence, clause, phrase or word of these requirements or the specifications shall be held invalid, such holding shall not affect the remaining portions of these requirements and the specifications and it is hereby declared that such remaining portions would have been included in these requirements and the specifications as though the invalid portion has been omitted. Silence of Specification The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement. Venue This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Rockwall County, Texas. Withdrawal of Proposals A proposal may be withdrawn or cancelled by the offeror for the period of days following the date designated for the receipt of proposal up until the Commissioners Court takes action and approving the contract/proposal, and offeror so agrees upon submittal of their proposal Asphalts and Emulsions Page 9

10 BID MUST COMPLY with all federal, state, county and local laws. All successful bidders delivery vehicles must meet or exceed applicable Environmental Protection Agency (EPA) and Occupational Safety and Health Administration (OSHA) standards and regulations. DESIGN, STRENGTH AND/OR QUALITY of product, as applicable, must be of the highest quality materials and workmanship, and standards of manufacturing and engineering. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Have adequate financial resources, or the ability to obtain such resources as required; 2. Be able to comply with the required or proposed delivery schedule; 3. Have a satisfactory record of performance; 4. Have a satisfactory record of integrity and ethics; 5. Be otherwise qualified and eligible to receive an award. Rockwall County may request representation and other information sufficient to determine bidder's ability to meet these minimum standards listed above Asphalts and Emulsions Page 10

11 ADDITIONAL INSTRUCTIONS Price Changes: Prices are subject to change during the term of this contract. (See escalation/de-escalation below). Price changes will not be considered for the first sixty (60) days after the bid has been awarded. Escalation/De-Escalation: Where a bid is awarded with escalation/de-escalation pricing, the vendor is required to give a 30-day written notice before price increases. No Notice requesting an increase in price shall be given or considered within the first 60 days after the bid has been awarded or a price has been escalated or de-escalated. Requested increase must be a factor beyond the control of the bidder and proof of increase must be documented and forwarded to the County Auditor. Notice of increase will be subject to approval by the County Auditor before acceptance. Any contract awarded with an escalation clause shall be subject to de-escalation in the event of cost reduction Asphalts and Emulsions Page 11

12 BID AFFIDAVIT The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and final. Vendor further certifies and agrees to furnish any and/or all products upon which prices are extended at the price offered, and upon the conditions contained in the specifications of the bid package. The period of acceptance of this bid will be calendar days from the date of the bid opening. The period of acceptance will be ninety of (90) calendar days unless otherwise indicated by vendor. STATE OF COUNTY OF BEFORE ME, the undersigned authority, a Notary Public in and for the State of, on this day personally appeared, who after being duly sworn, did depose and say: "I, officer of/agent for (Name of firm) am a duly authorized and have been duly authorized to execute the foregoing on behalf of the said and I also hereby certify that the foregoing bid has not been prepared in collusion with any other bidder or other person or persons engaged in the same line of business prior to the official opening of this bid. Further, I certify that the bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool or agreement or combination, to control the price of services/product bid on, or to influence any person or persons to bid or not to bid thereon." Name and address of vendor: Telephone No.: By: (printed name) Signature: Title: SUBSCRIBED AND SWORN to before me by the above-named on this the day of Notary Public For the State of Asphalts and Emulsions Page 12

13 REFERENCES LIST THREE (3) COMPANIES OR GOVERNMENTAL AGENCIES WHERE THESE SERVICES/PRODUCTS HAVE BEEN PROVIDED: 1. Company Name: Address Street/PO Box City State Zip Telephone No.: Contact Person: Fax Title 2. Company Name: Address Street/PO Box City State Zip Telephone No.: Contact Person: Fax Title 3. Company Name: Address Street/PO Box City State Zip Telephone No.: Contact Person: Fax Title Asphalts and Emulsions Page 13

14 BID NO SPECIFICATIONS AND BID SHEETS ASPHALTS AND EMULSIONS TERMS: The bid, once awarded, is for a term of one year commencing on October 1, 2017 and ending September 30, GENERAL: It is the intent of the following specifications to describe asphalts, oils and emulsions for road construction in Rockwall County. These materials shall conform to the Texas Department of Transportation (TxDOT), 2004 Standard Specifications for Construction of Highways, Streets and Bridges". SPECIFICATIONS: The asphalt, oils and emulsion materials shall conform to items of the specifications as follows: TxDOT Item 300, Asphalt, Oils and Emulsions DELIVERY LOCATIONS: All material shall be delivered at locations in Rockwall County to be designated at a later time. DELIVERY TIMES: Deliveries are to be made at times as required by County. The County normally will place orders the day previous that the material is required. SUBMITTAL: Bidder shall submit with this bid a test result of product bid that was taken within the last three months by an independent testing laboratory. The testing shall be done in accordance with the Texas Department of Highways and Public Transportation laboratory testing procedures as required by the specific item of the specification. APPROXIMATE USAGE: Estimated annual usage for the initial contract period is 50,000 gallons of liquid asphalt cements, oils and emulsions for road construction. Approximate usage does not constitute an order, but only implies the probable quantity the County will require for this period. Materials will be ordered on an "as-needed" basis. BIDDER SHALL BID a price per gallon for material at plant site. Bidder shall give the location of the plant and mileage from plant site to Rockwall County Service Center. Mileage shall be based on most current published Texas Railroad Commission Maps. Bidder shall bid a material hauling rate based on transport quantities, including all hauling, fuel and other cost, as a price per gallon per mile for transporting of material from plant site to delivery points throughout the County (Delivery points will vary with job location). The material hauling rate may be increased by the bidder at the time of, and at the rate of any Asphalts and Emulsions Page 14

15 surcharge applied by the Texas Railroad Commission to their Commodity Rate Schedule. The material hauling rate shall be decreased by the bidder at the time of and at the rate of any reduction applied to the Commodity Rate Schedule by the Railroad Commission. EVALUATION: Evaluation of bids will be based on the average cost of 80,000 gallons of Asphalt Emulsion, plus 40,000 gallons priming agent delivered from plant to Service Center. If more than one plant is involved the evaluation will be based on delivery of all the above materials from the plant sites to the Service Center. Base Hauling Cost on: - Transport Quantities - Date of January 1, pounds per gallon for all AC and Emulsion Materials pounds per gallon for all MC and RC Materials HAULING: Rockwall County reserves the right to use bidder's haulers, another hauler, or haul product themselves. PAYMENT: The payment for material delivered to any location in the County will be cost of material at the plant site, plus the cost to transport the material, (based on mileage) from plant site to delivery point Asphalts and Emulsions Page 15

16 BID SHEETS TxDOT ITEM 300, ASPHALTS, OILS AND EMULSIONS CRS 2 Price Per Gallon At Plant Site $ /GAL. CRS 2H Price Per Gallon At Plant Site $ /GAL. CRS 2P Price Per Gallon At Plant Site $ /GAL. CRS 2HP Price Per Gallon At Plant Site $ /GAL. Medium Set PrimePrice Per Gallon At Plant Site $ /GAL. AEP (Prime) Price Per Gallon at Plant Site $ /GAL. (for use with Recycled Asphalt) LOCATION OF PLANT SITE: PRICE PER TON AT PLANT SITE: PRICE PER TON DELIVERED: PRICE PER GALLON AT PLANT SITE: PRICE PER GALLON DELIVERED: ADVANCE NOTICE OF DELIVERY REQUIRED: TIME INCLUDED IN DELIVERY FOR DEMURRAGE: ADDITIONAL DEMURRAGE TIME: $ /HOUR PUMP CHARGE: HAS REQUESTED LITERATURE BEEN INCLUDED WITH THIS BID REQUEST: YES NO BIDDER DOES ( ) DOES NOT ( ) MEET ALL SPECIFICATIONS EXCEPTIONS: Asphalts and Emulsions Page 16

17 FIRM/BIDDER: BY: ADDRESS: Signature Title PHONE: ( ) EMERGENCY: ( ) Asphalts and Emulsions Page 17

18 Asphalts and Emulsions Page 18

19 Asphalts and Emulsions Page 19

County of Rockwall State of Texas

County of Rockwall State of Texas County of Rockwall State of Texas 1111 E. Yellowjacket Lane, Ste 202 Phone: 972-204-6050 Rockwall, Texas 75087 Fax: 972-204-6059 REQUEST FOR BID (RFB) RFB#18-07-020: Request for Bid for Corrugated Metal

More information

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

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

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

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

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

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

NAVARRO COUNTY AUDITOR S OFFICE 300 West Third Avenue, Suite 10 Terri Gillen, First-Assistant

NAVARRO COUNTY AUDITOR S OFFICE 300 West Third Avenue, Suite 10 Terri Gillen, First-Assistant AUDITOR S OFFICE 300 West Third Avenue, Suite 10 Terri Gillen, First-Assistant Corsicana, TX 75110-4672 Justin Lewis, Internal Auditor E-mail: khollomon@navarrocounty.org Anne Johnson, Assistant Patty

More information

GUADALUPE COUNTY INVITATION FOR BIDS FLEXIBLE BASE MATERIALS AND ASPHALTIC MATERIALS BID OPENING DATE: 2 PM TUESDAY, DECEMBER 14, 2010

GUADALUPE COUNTY INVITATION FOR BIDS FLEXIBLE BASE MATERIALS AND ASPHALTIC MATERIALS BID OPENING DATE: 2 PM TUESDAY, DECEMBER 14, 2010 OPENING DATE: 2 PM TUESDAY, DECEMBER 14, 2010 BID NUMBER 11-3570 SEALED BIDS, SUBJECT TO THE PROPOSAL DOCUMENTS HERETO ATTACHED, FOR FLEXIBLE BASE MATERIALS AND ASPHALTIC MATERIALS ARE BEING ACCEPTED.

More information

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Notice to Bidders. No faxed or  ed bids will be accepted. Bids received after the closing time will not be accepted. KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at

More information

INSTRUCTIONS TO BIDDERS

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

More information

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

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

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS BID NO. 18-4673 GASOLINE AND DIESEL FUEL DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS Purchasing Department 426 Locust Street Modesto, CA

More information

SPECIFICATIONS AND BID PROPOSAL FOR SEAL COAT GRADE ASPHALT EMULSION TO THE BOARD OF COUNTY COMMISSIONERS HENRY COUNTY, OHIO

SPECIFICATIONS AND BID PROPOSAL FOR SEAL COAT GRADE ASPHALT EMULSION TO THE BOARD OF COUNTY COMMISSIONERS HENRY COUNTY, OHIO SPECIFICATIONS AND BID PROPOSAL FOR SEAL COAT GRADE ASPHALT EMULSION TO THE BOARD OF COUNTY COMMISSIONERS HENRY COUNTY, OHIO FOR THE HENRY COUNTY HIGHWAY DEPARTMENT BIDS WILL BE RECEIVED May 19, 2016 10:00

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

L IBERTY C OUNTY, T EXAS

L IBERTY C OUNTY, T EXAS L IBERTY C OUNTY, T EXAS Bid Documents for ROAD CONSTRUCTION SERVICES BID # 18-18 BIDDER S CHECKLIST 1. The Bid Form/Bidder Certification has been signed and is the first page of the bid. 2. The Specifications

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials Request for Proposal (RFP) For 2014 Liquid Asphalt Materials Posting Date: March 13, 2014 Response Deadline: March 27, 2014 3:00 p.m.central Standard Time (CST) To: Raymond G Palonen, Highway Commissioner

More information

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION The Board of Selectmen and Board of Education of the Town of Lebanon will be accepting bids for

More information

County of Hunt STATE OF TEXAS

County of Hunt STATE OF TEXAS County of Hunt STATE OF TEXAS PURCHASING DEPARTMENT 2507 Lee Street, Room 104 Greenville, Texas 75401 PHONE: (903) 408-4148 FAX: (903) 408-4242 cblue@huntcounty.net Invitation To Bid Formal Bid #114-14,

More information

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918) BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK 74012 PHONE (918) 259-5700 FAX (918) 259-4344 Request for Bid Foundation Repair North Intermediate High School #B12-29 Time and Date to be Returned:

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

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

County of Hunt STATE OF TEXAS

County of Hunt STATE OF TEXAS County of Hunt STATE OF TEXAS PURCHASING DEPARTMENT 2507 Lee Street, Room 104 Greenville, Texas 75401 PHONE: (903) 408-4148 FAX: (903) 408-4242 clowry@huntcounty.net Invitation To Bid Formal Bid #169-18,

More information

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

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

More information

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

County of Hunt STATE OF TEXAS

County of Hunt STATE OF TEXAS County of Hunt STATE OF TEXAS PURCHASING DEPARTMENT 2507 Lee Street, Room 104 Greenville, Texas 75401 PHONE: (903) 408-4148 FAX: (903) 408-4242 cblue@huntcounty.net Invitation To Bid Formal Bid # 125-15,

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 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

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST) To: Raymond

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

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

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

More information

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services CTH BB from University Dr. to Pond Road CTH C from CTH F to East Co. Line CTH V from Palmer Road to Amberg Posting Date: May

More information

REQUEST FOR PROPOSAL (RFP)

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

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS

More information

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

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

More information

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 REQUEST FOR PROPOSAL (RFP) #18-049-53 LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 RESPONSE DEADLINE: JANUARY 16, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: KIRSTEN BURMEISTER,

More information

RFP GENERAL TERMS AND CONDITIONS

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

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

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

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

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: September 11, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: SEPTEMBER

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES Friendship is soliciting proposals and qualification statements from parties having specific interests

More information

City of Bowie Private Property Exterior Home Repair Services

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

More information

City of Teague Request for Proposal

City of Teague Request for Proposal City of Teague Request for Proposal PROJECT TITLE: REQUEST FOR PROPOSAL FOR CONTRACT MOWING SERVICES TO INCLUDE THE MOWING AND/OR REMOVAL OF GRASS AND WEEDS FOR ALL CITY OF TEAGUE OWNED PROPERTY. THE CONTRACT

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 1. DELIVERY OF PROPOSALS. It is the Proposer's responsibility

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

BERRIEN COUNTY ROAD DEPARTMENT

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 1 SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 38% It is the intent of the Berrien County Road Department to purchase all or part of its requirements

More information

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015 Request for Proposal (RFP) For Printing Services RFP #15-001-44 Posting Date: March 18, 2015 Response Deadline: April 15, 2015 2:00 p.m. Central Standard Time (CST) To: Kristi Yates, Accountant Marinette

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

No late bids will be considered.

No late bids will be considered. CITY OF LEAGUE CITY NOTICE TO BIDDERS BID# 14-017 CITY STREET SWEEPING The City of League City is now accepting sealed bids for services to be rendered in the regular and routine sweeping of certain streets

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

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

SCRAP TIRE RECYCLING AND DISPOSAL FOR THE MACON COUNTY SOLID WASTE DEPARTMENT

SCRAP TIRE RECYCLING AND DISPOSAL FOR THE MACON COUNTY SOLID WASTE DEPARTMENT REQUEST FOR PROPOSALS RFP#03 4712p SCRAP TIRE RECYCLING AND DISPOSAL FOR THE MACON COUNTY SOLID WASTE DEPARTMENT ISSUE DATE: MAY 17, 2017 ISSUING DEPARTMENT: MACON COUNTY FINANCE DEPARTMENT 5 WEST MAIN

More information

GENERAL CONDITIONS. 6. BID PRICES are to remain firm for one (1) year from date of award, unless otherwise specified.

GENERAL CONDITIONS. 6. BID PRICES are to remain firm for one (1) year from date of award, unless otherwise specified. GENERAL CONDITIONS THE WORDS BIDS, PROPOSALS, QUOTES AND THEIR DERIVATIVES MAY BE USED INTERCHANGEABLY IN THESE TERMS AND CONDITIONS. THESE TERMS AND CONDITIONS ARE APPLICABLE ON ALL BIDS, PROPOSALS, QUOTES,

More information

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018 REQUEST FOR PROPOSALS RFP#18-023-25 PROPANE FUEL FOR THE 2018-2019 HEATING SEASON POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: MARCH 27, 2017 11:00 A.M. CENTRAL STANDARD TIME (CST) TO: PETE VILLAS, ADMINISTRATOR

More information

PROPOSAL FOR 2017 MINERAL WELL BRINE

PROPOSAL FOR 2017 MINERAL WELL BRINE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017 MINERAL WELL BRINE BID OPENING: Friday, February 24, 2017 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

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

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

GENERAL CLAUSES AND CONDITIONS

GENERAL CLAUSES AND CONDITIONS INVITATION TO BID (ITB) NO. I035-2018 CLOSING DATE AND TIME: DECEMBER 12, 2017-2:00 P.M. ANNUAL TESTING SERVICES FOR POLICE ENTRANCE EXAMS BIDS SHALL BE SUBMITTED ON THIS FORM The City of Mesquite, Texas,

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

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

INSTRUCTIONS TO BIDDERS

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

More information

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

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

More information

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 PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

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

BID NUMBER FROM: City of Branson Date: March 6, W. Maddux St., Suite 200 3:00 p.m., April 30, 2014

BID NUMBER FROM: City of Branson Date: March 6, W. Maddux St., Suite 200 3:00 p.m., April 30, 2014 BID NUMBER 2083-30 FROM: City of Branson Date: March 6, 2014 Purchasing Office Date and Time Returnable: 110 W. Maddux St., Suite 200 3:00 p.m., April 30, 2014 Branson, MO 65616 Buyer: David D. Rockhill,

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

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

More information

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

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

GENERAL SPECIFICIATIONS TABLE OF CONTENTS GENERAL SPECIFICIATIONS TABLE OF CONTENTS GS.1 CONTROL OF WORK 2 GS.2 CONTRACT DRAWINGS AND SPECIFICATIONS 2 GS.3 BID SCHEDULE FORM 2 GS.4 AWARD OF CONTRACT 2 GS.5 PERMITS AND RIGHTS-OF-WAY 3 GS.6 PROSECUTION

More information

St. George CCSD #258

St. George CCSD #258 St. George CCSD #258 ATTENTION Please read specifications for complete proposal instructions! Specifications Mowing and Lawn Services Proposals Due At: St. George CCSD #258 5200 E. Center Street Bourbonnais,

More information

Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014

Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014 Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014 Response Deadline: August 5, 2014 3:00 p.m.central Standard Time

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

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

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING Friendship is soliciting proposals and qualification statements from parties having specific interests and qualifications

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

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

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

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

City of Los Banos 520 J Street Los Banos, CA (209) Contact Person: Tim Marrison Fire Chief (209)

City of Los Banos 520 J Street Los Banos, CA (209) Contact Person: Tim Marrison Fire Chief (209) INVITATION TO BID FOR THE PURCHASE AND INSTALLATION OF A 4000- GALLON ABOVE GROUND BLAST/IMPACT RESISTANT PORTABLE FUEL STORAGE TANK (AST) SPLIT 1,000/3,000 GALLONS WITH FUEL MANAGEMENT AND GASOLINE AND

More information

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of

More information

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

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

More information

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP # CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #13-09-001 The City of Dublin is accepting proposals for the purchase of a

More information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

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 November 29, 2016 Ladies and Gentlemen: The City of Peachtree City will be

More information

PROPOSAL FOR 2019 MINERAL WELL BRINE

PROPOSAL FOR 2019 MINERAL WELL BRINE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2019 MINERAL WELL BRINE BID OPENING: Thursday, November 15, 2018 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

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

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

More information

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

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

More information

HEATING AND COOLING SYSTEM MAINTENANCE

HEATING AND COOLING SYSTEM MAINTENANCE TOWN OF HOPKINTON HEATING AND COOLING SYSTEM MAINTENANCE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS Heating

More information

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA 52803 REQUEST FOR PROPOSAL Proposal # 680 The Davenport Community School District invites written sealed proposal for Replacement

More information

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL Alabama State Port Authority Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL INVITATION TO BID The Alabama State Port Authority is accepting Sealed Bids on approximately two (2) 27 deep

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

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS Sealed

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

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals ( RFP ) Issued by Affinity Insurance Services, Inc. Plan Administrator - MWCARP This RFP is a solicitation

More information