COUNTY OF BURKE ASPHALTING PROJECT REQUEST FOR PROPOSAL

Size: px
Start display at page:

Download "COUNTY OF BURKE ASPHALTING PROJECT REQUEST FOR PROPOSAL"

Transcription

1 COUNTY OF BURKE ASPHALTING PROJECT REQUEST FOR PROPOSAL Formal, sealed proposals endorsed Asphalting Project Bid # will be received in person, through regular postal mail, or special courier service by the Burke County Purchasing Office, 200 Avery Avenue, P.O. Box 219, Morganton, NC , on or before Wednesday, April 29, 2015 at 2:00 PM local time, immediately followed by the opening and reading aloud of received proposals. Any proposals received after this date and time will not be considered. Contractors must show evidence that they are properly licensed as required by Chapter 87 of the North Carolina General Statutes. Instructions for submitting proposals and complete specifications may be obtained by contacting Chris Hollifield by at by phone at or the Burke County Purchasing Department, 2 nd Floor, 200 Avery Avenue, Morganton, N.C. Burke County reserves the right to reject any or all proposals. **NOTICE OF MANDATORY PRE-BID CONFERENCE** A Mandatory Pre-Bid Conference will be held at 10:00 a.m., Thursday, April 23 rd, 2015 at the Foothills Conference Center located at 2128 South Sterling Street, Morganton, NC The County of Burke will only consider bids from potential vendors in attendance on this date or those in attendance at the April 10 th, 2015 pre-bid conference. SEALED BIDS WILL BE OPENED AT 2:00 PM, April 29, 2015, IN THE AVERY AVENUE BUILDING 1 st FLOOR HUMAN RESOURCES CONFERENCE ROOM. 200 AVERY AVENUE MORGANTON, NC BOBBIE JO BOLLINGER PURCHASING AGENT BURKE COUNTY 200 AVERY AVENUE PO BOX 219 (Zip 28680) MORGANTON, NC TELEPHONE FAX (828) bobbiejo.bollinger@burkenc.org 1

2 Sealed bids for the provision of an Asphalting Project will be received by the County of Burke Purchasing Office (200 Avery Avenue, Morganton, NC 28655) until 2:00 p.m. April 29, 2015 at which time said bids will be publicly opened and read aloud. The bid opening will be at the Avery Avenue Building, 200 Avery Avenue in the 1 st floor Human Resource Conference Room. Any bids received after the specified date/time will not be considered and will be returned unopened. Copies of proposal and specifications may be obtained by contacting Chris Hollifield at the Burke County Purchasing Office at 200 Avery Ave, Morganton, N.C or by phone Each proposal shall be accompanied by a bid deposit equal to five percent (5%) of the total bid price and shall be submitted as cash, cashier s check, certified check, or bid bond in the specified amount. In the event a check is provided as bid bond, it shall be made payable to County of Burke. Bid bonds will be returned upon acceptance of the bid proposal by the County. Facsimile or photo copies of the bid will not be accepted. A Performance Bond, as required in Chapter 3 Article 44A of NC General Statutes, in the amount of one hundred percent (100%) of the total bid price will be required for the faithful performance of the contract and to indemnify the County against loss. Cost for both the Bid and Performance Bond is the responsibility of the Bidder. A Performance Bond will be required of the successful bidder only. The surety must be a substantial surety company satisfactory to the County and authorized by law to do business in the State of North Carolina, and endorsed by a local representative of such surety company. This requirement applies to all contracts of $30,000 or more unless waived by the Board of Commissioners. Each bid must remain effective for sixty (60) days after the bid opening and no bidder may withdraw his bid during that period. In accordance with G.S , the award will be made to the lowest responsible bidder whose proposal is determined to most nearly comply with the specifications. The award will be made within thirty (30) days after the opening of the bids and the successful bidder shall then be allowed ten (10) days in which to accept the award. The Board of Commissioners of the County of Burke reserves the right to accept or reject any and all proposals, waive informalities and to make the purchase that is in the best interest of the County. 2

3 PROPOSAL ASPHALT RESURFACING PROJECT FOR THE COUNTY OF BURKE The County reserves the right to award the contract in any combination deemed to be in the best interests of the County. It is the County s desire to award the entire contract to one company only. Price will not be the sole consideration for award of Contract. All information submitted will be weighted, including past work history and/ or performance, as well as references developed. The following information shall be returned with your bid. Failure to do so shall be ample cause for rejection of bid as non-responsive. 1. Non-Collusion Form (Attachment #1) 2. Acknowledgement of Confidentiality Form (Attachment #2) 3. Reference Disclosure Form (Attachment #3) 4. Bidder s Questionnaire (Attachment #4) 5. E-Verify Affidavit (Attachment #5) Asphalt Resurfacing Project for Individual County Facilities Burke County EMS Base Block of S. Sterling Street Morganton NC Remove and haul off roughly 285 sq. yds. of existing asphalt Condition roughly 2072 sq. yds. of ABC stone base Pave roughly 2072 sq. yds. with 2 of S9.5 B asphalt Stripe parking spaces o lump sum = $ Burke County EMS Base 2 50 Campus Street Connelly Springs NC Clean and tack roughly 470 sq. yds. of existing asphalt Pave roughly 470 sq. yds. with 1.5 of S 9.5 B asphalt Crackfill roughly 200 ln. ft. of cracks o per ln. ft. X = $ Strip parking spaces o lump sum = $ 3

4 Morganton Public Library 204 South King Street Morganton, NC Remove and haul off 450sqyds of existing asphalt Condition 450 sq. yds. of existing ABC stone base Clean and tack roughly 445 sq. yds. of existing asphalt Pave roughly 450 sq. yds. with 2 S 9.5 B asphalt Pave roughly 445 sq. yds. with 1.5 S 9.5 B asphalt Crackfill roughly 150 ln. ft. of cracks o per ln. ft. X = $ Stripe parking spaces o lump sum = $ Burke County Project & New Tax Office 110 North Green St Morganton, NC Crackfill roughly 320 ln. ft. of cracks o per ln. ft. X = $ Stripe parking spaces o lump sum = $ Agriculture Center 130 Ammons Drive Morganton, NC Crackfill roughly 760 ln. ft. of cracks o per ln. ft. X = $ Stripe parking spaces o lump sum = $ Burke County Sheriffs Firing Range 2500 Marsh Trail Morganton, NC Pave roughly 410 sq. yds. with 1.5 S 9.5 B asphalt Replace pavement markings o lump sum = $ 4

5 Burke County Human Resource Center 700 E Parker Rd Morganton, NC Remove and haul off roughly 640 sq. yds. of existing asphalt Condition roughly 640 sq. yds. of ABC stone base Pave roughly 640 sq. yds. with 2 of S 9.5 B asphalt Crackfill roughly ln. ft. of cracks o per ln. ft. X = $ Clean and tack roughly sq. yds. of existing asphalt Pave roughly sq. yds. with 1.5 of S 9.5 B asphalt Strip parking spaces o lump sum = $ Morganton Burke Senior Center 501 N. Green St Morganton NC Clean and tack roughly 1000 sq. yds. of existing asphalt Pave roughly 1000 sq. yds. with 1.5 S 9.5 B asphalt Crackfill roughly 2000 ln. ft. of cracks o per ln. ft. X = $ Stripe parking spaces o lump sum = $ Burke County New Court House 201 South Green St. Morganton, NC Clean and tack roughly 615 sq. yds. of existing asphalt Pave roughly 615 sq. yds. with 1.5 S 9.5 B asphalt Crackfill roughly 150 ln. ft. of cracks o per ln. ft. X = $ Stripe parking spaces o lump sum = $ 5

6 Highway 18 Convenience Center 3836 NC HWY 18 South Morganton, NC Clean and tack roughly 5030 sq. yds. of existing asphalt Pave roughly 650 sq. yds. with 2 S 9.5 B asphalt Pave roughly 5030 sq. yds. with 1.5 S 9.5 B asphalt Replace pavement markings o lump sum = $ Highway 126 Convenience Center - A NC HWY 126 Morganton, NC Clean and tack roughly 4700 sq. yds. of existing asphalt Pave roughly 500 sq. yds. with 2 S 9.5 B asphalt Pave roughly 4700 sq. yds. with 1.5 S 9.5 B asphalt Replace pavement markings o lump sum = $ Highway 64 Convenience Center 3251 US HWY 64 Morganton, NC Remove and haul off 280 sq. yds. of existing asphalt Condition 280 sq. yds. of existing ABC stone base Pave roughly 280 sq. yds. with 4 of I 19.0 B asphalt Pave roughly 560 sq. yds. with 2 of S 9.5 B asphalt Clean and tack roughly 4850 sq. yds. of existing asphalt Crackfill roughly 800 ln. ft. of cracks o per ln. ft. X = $ Pave roughly 4850 sq. yds. with 1.5 S 9.5 B Replace pavement markings o lump sum = $ 6

7 Burke County Landfill 2500 Marsh Trail Morganton, NC Remove and haul off roughly 3735 sq. yds. of existing asphalt Pave roughly 3735 sq. yds. with 4 of I 19.0 B asphalt Pave roughly 3735 sq. yds. with 2 of S 9.5 B asphalt Clean and tack roughly sq. yds. of existing asphalt Pave roughly sq. yds. with 1.5 S 9.5 B asphalt Miscellaneous Paving East Burke Convenience Center Rhodhiss Rd Connelly Springs, NC Remove and haul off roughly 300 sq. yds. of existing asphalt Condition roughly 300 sq. yds. of ABC stone base Pave roughly 300 sq. yds. with 2 of S 9.5 B asphalt Ammons Drive 130 Ammons Drive Morganton, NC Pave roughly 50 sq. yds. with 2 of S 9.5 B asphalt o Total = $ 7

8 Resurfacing Project for all Listed County Facilities Total to provide complete contract: Person to contact regarding this proposal: Title: Phone Fax Name of person authorized to bind the Firm: Signature: Date: Name of Company: Address: 8

9 Burke County Bid Proposal for Asphalt Resurfacing Project April 29, Attachment #1 NON-COLLUSION It is certified that this proposal is made in good faith and without collusion with any other person bidding on this contract or with any officer or employee of the County of Burke. Company Authorized Signature Typed Name and Title Telephone Mailing Address (PO) Box or Street City, State and Zip Code Federal I. D. Number 9

10 1. SCOPE OF WORK ASPHALT RESURFACING PROJECT AGREEMENT CONDITIONS It is the intention of the County of Burke to contract with an entity to provide asphalt resurfacing services to County owned facilities. It is prime importance that all County owned facilities present an image of pride and efficiency. The following is a listing of County owned facilities that will require asphalt resurfacing project: 2. CONTRACT TERMS Burke County EMS Base 1 Burke County EMS Base 2 Morganton Public Library Burke County Services Building/New Tax Office Burke County Sheriff s Firing Range Agriculture Center Burke County Human Resource Center (HRC) on Parker Rd. Morganton Senior Center Burke County Courthouse Burke County Highway 18 Convenience Center Burke County Highway 126 Convenience Center Burke County Highway 64 Convenience Center Burke County Landfill Miscellaneous Paving The base contract term shall begin in April, 2015 and must be completed by June 30 th This contract may be extended at the County s discretion for time necessary to fulfill original terms of the agreement. 3. PERSONNEL All personnel furnished by the Contractor will be employees of the Contractor, and the Contractor will pay all salaries and expenses associated therewith. The Contractor will not subcontract to others any service. 4. INSURANCE The Contractor will provide all proper safeguards and shall assume all risks incurred in performing the Services hereunder. The contractor shall maintain the following minimum insurance coverages and will provide certificate of insurance to the County naming Burke County as additional insured. Such certificates shall provide that the county be given at least thirty (30) days prior written notice of any cancellation of, intention to not renew or material charge in such coverage. Contractor will provide the County with proper certificates when any additions, deletions or changes are made. 10

11 a. Bodily Injury Liability - $1,000,000 per occurrence b. Property Damage Liability - $1,000,000 each occurrence c. Contractor shall maintain statutory Workers Compensation insurance in accordance with the laws of North Carolina. Contractor shall also maintain Employers Liability insurance with limits not less than $1,000,000 per accident and $1,000,000 each employee injury by disease. 5. Damage and/or Theft The Contractor shall be responsible for any theft, loss, or damage to property caused by an employee of the Contractor while such employee is on the premises as an employee of the Contractor, or if such should be a direct result of such employment. 6. SUPERVISION The Contractor shall be responsible for the conduct and performance of employees, and being in compliance with the following rules: a). b). c). Contractor s employees appearing to be under the influence of alcohol or drugs, as determined by Burke County, shall not be permitted on premises, or in any facility; No loud or boisterous conduct will be permitted; The Contractor s employees are not to be accompanied in their work areas on the premises by acquaintances, family members, assistants, or any other person unless said person is an authorized working Contractor employee. 7. SUPPLIES, LABOR AND EQUIPMENT The Contractor shall furnish all labor, supervision, equipment and supplies. 8. INCLEMENT WEATHER The Contractor shall make every reasonable effort to provide services regardless of snow or other inclement weather. In the event the County closes the facility to the public, the Contractor shall be relieved of its responsibility for service during the period of time the facility is closed. The County shall be responsible for notifying the Contractor when County Buildings will be closed due to inclement weather. 9. PAYMENT Payment will be made upon completion based on invoices submitted by the Contractor. Separate invoices must be submitted for each facility to: Burke County Finance Office, P.O. Box 219, Morganton, N.C A single invoice is acceptable as long as individual buildings are listed separately. The County reserves the right to withhold payment for unsatisfactory or nonperformance in accordance with the Terms of the Contract and Scope of Work. The County may 11

12 inspect at any time for compliance with the Terms of the Contract. The Contractor shall receive written notice of deficiencies by copy of the inspection reports from the County or validated complaint letters as submitted to the County prior to withholding monthly payment: A. Whenever nonperformance/unsatisfactory services are performed. The Contractor shall have actual knowledge of work not performed. Whenever the Contractor s performance is unsatisfactory, the County shall issue notice. The Contractor shall reply, in legible writing within 24 hours explaining: 1) The reasons(s) for the unsatisfactory performance: 2) The corrective action(s) to be taken: 3) Procedures to be implemented to prevent recurrence. 10. NON-DISCRIMINATION POLICY Burke County does not discriminate on the basis of race, color, sex, national origin, religion, age or disability. Any Contractors or vendors who provide services, programs or goods for Burke County are expected to fully comply with the County non-discrimination policy. Burke County encourages the participation of minority, women, underutilized and disadvantaged businesses in its contracts. 12

13 Burke County Bid Proposal for Asphalt Resurfacing Project April 29, Attachment # ACKNOWLEDGEMENT OF CONFIDENTIALITY The Contractor and his/her employees shall sign an acknowledgement of confidentially not to divulge any information he/she may happen upon in the course of his/her duties. In connection with my activities as asphalt resurfacing contractor or personnel, I understand and agree to hold all information to unauthorized person. I understand that the divulging of confidential information to unauthorized persons may subject me to either civil action for the collection of monetary damages and/or suspension or dismissal and my employer to termination of this contract. Witness (County Official) Signature Date 13

14 13. REMOVAL OF WASTE MATERIAL The Contractor shall remove and dispose of, in a proper manner, all waste material and debris from all facilities. 18. CHANGE IN SCOPE OF WORK The County reserves the right to change or reduce the scope of work. The County may order changes in the scope of the contract at no additional cost to the County. If other and/or new County facilities require asphalt resurfacing service during the term of this contract, the County reserves the right to either bid its requirements for added facilities separately, or to negotiate with a Contractor for these services, using the contract pricing for similar facilities as a reference for negotiations. The County shall select the option which is deemed to be in its best interest. 19. ADDITIONAL INFORMATION Questions concerning this bid document should be directed to Bobbie Jo Bollinger, Purchasing Agent, PO Box 219, Morganton NC , phone (828) , and bobbiejo.bollinger@burkenc.org. No questions will be accepted two (2) days prior to the date set for bid opening. 20. CANCELLATION Either party may terminate this Contract with thirty (30) days written notice to the other party. The Contract may be terminated immediately as a result of violation of the conditions of the agreement. 14

15 Burke County Bid Proposal for Asphalt Resurfacing Project April 29, Attachment # 3 REFERENCE DISCLOSURE FORM 1. Company Name Contact: Phone Number: Area Cleaned: Size: Type: Job Dates: Beginning End 2. Company Name: Contact: Phone Number: Area Cleaned: Size: Type: Job Dates: Beginning End: 3. Company Name: Contact: Phone Number: Job Dates: Beginning End: All bidders shall include, with their bids, a list of at least three (3) current references for whom comparable work has been performed. For this solicitation, comparable work is defined as asphalt resurfacing equal to or larger than the smallest location you are bidding on for the County. 15

16 Burke County Bid Proposal for Asphalt Resurfacing Project April 29, Attachment #4 22. BIDDERS QUESTIONAIRE THE UNDERSIGNED GUARANTEES THE TRUTH AND ACCURACY OF ALL STATEMENTS AND ANSWERS THEREIN CONTAINED. 1. How long has your company been in business? 2. List below, or on an attachment, all pertinent information and/or date that indicated your company s ability to satisfactorily perform to the terms of the contract. 3. Have you personally inspected the proposed work site(s)? Do you have a complete plan for performance of the work? 4. Has your firm ever failed to perform satisfactorily or defaulted on awarded contracts 5. State the true, exact, correct and complete name of your company: Location of Business Is business full or part-time? Number of persons employed on regular basis Is your office staffed during normal daily working hours? Are you licensed to do business in the State of N.C.? Signature 16

17 Burke County Bid Proposal for Asphalt Resurfacing Project April 29, Attachment #5 STATE OF NORTH CAROLINA AFFIDAVIT COUNTY OF BURKE NOW COMES Affiant, first being sworn, deposes and says as follows: 1. I am an officer or director of (the Company ), with full power, authority and knowledge to execute this Affidavit; 2. The Company has submitted a bid for contract or desires to enter into a contract with Burke County: 3. As part of my duties and responsibilities pursuant to said bid and/or contract, I attest that I am aware of, and the Company is in compliance with, the requirements of E-Verify, Article 2 of Chapter 64 of the North Carolina General Statutes, to include (mark which applies); After hiring an employee to work in the United States, the Company verifies the work authorization of said employee through E-Verify and retains the record of the verification of work authorization while the employee is employed and for one year thereafter; or The Company employs less than twenty-five (25) employees in the State of North Carolina, which exempts it from E-Verify responsibilities under North Carolina law. 4. As part of my duties and responsibilities pursuant to said bid and/or contract, I attest that to the best of my knowledge any subcontractors employed as a part of his bid and/or contract are in compliance with the requirements of E-Verify, Article 2 of Chapter 64 of the North Carolina General Statutes, to include (mark which applies); After hiring an employee to work in the United States, the subcontractor verifies the work authorization of said employee through E-Verify and retains the record of the verification of work authorization while the employee is employed and for one year thereafter; or Employ less than twenty-five (25) employees in the State of North Carolina, (which exempts it from E-Verify responsibilities under North Carolina law). Specify subcontractor:. This the day of, Affiant Title Sworn and subscribed before me, this the day of, My commission expires Notary Public 17

18 23. CONTRACTOR S PLAN OF OPERATION: Schedule of Work: The Contractor will provide to the County a schedule of the work plan by area. The plan will be required seven (7) days after notice to proceed is given. 24. PROBLEMS The Contractor shall report promptly to the County any deficiencies and/or any unsafe conditions. 18

19 INSTRUCTION TO BIDDERS 1. Sample of items, when required, must be furnished free of expense, prior to the opening of the bids, and if not destroyed, will upon request, be returned at the bidder s expense. Request for the return of samples must be made within 10 days, following opening of bids. Each individual sample must be labeled with bidder s name and item number. 2. Prices should be stated in units of quantity specified with packing included. 3. If the item bid upon has a trade name or brand, such trade name or brand must be stated in the bid. 4. Attach complete specifications for any substitution offered, or when amplification is desirable or necessary. 5. If descriptive matter is attached to bid, bidder s name must be on sheet containing descriptive matter. 6. Where a brand or trade name appears in the specifications it is understood that it refers to that matter or its equivalent. 7. Please address and mark your bid as shown below. BID REQUEST NO # County of Burke Purchasing Office P.O. Box 219 Morganton. N.C SEALED BID ON Asphalt Resurfacing Project TO BE OPENED April 29, :00 PM If forwarding other than by mail, delivery must be made directly to County of Burke, Purchasing Office, 200 Avery Avenue, Morganton, N.C. (Second Floor). 19

20 CONDITIONS 1. All bids and proposals shall be for furnishing apparatus, supplies, materials, equipment and/or work and services in accordance with the applicable plans and specifications prescribed by the County of Burke. From the date shown until the date of opening the proposals, the plans and specifications of the proposed work and/or a complete description of the apparatus, supplies materials or equipment and/or work and services are and will continue to be on file in the office of the Purchasing Agent for Burke County, during usual office hours, and available to prospective bidders. 2. The County reserves the right to evaluate all bids especially where there is a widerange in specifications or to reject any and all bids and proposals, and further specifically reserves the right to make the award that is in the best interest of the County of Burke. 3. The bidder to whom the contract is awarded must comply fully with the requirements of General Statutes, Section as amended, including entering a County prepared contract and the furnishing of a satisfactory surety bond in the full amount of the contract price to guarantee faithful performance of the contract. 4. Time, in connection with discount offered, will be computed from date of delivery of the supplies or materials on delivery at destination when final inspection and acceptance are those points, or from date correct invoice is received, if latter is later than the date of delivery. Guaranteed maximum price must be shown in bids. 5. In case of default of the Contractor, the County may procure the articles or services from other sources and hold the Contractor responsible for any excess cost occasioned thereby. 6. Payment by County is due to the Contractor thirty days after services are completed to Burke County and inspection less otherwise specifically provided, subject to any discount allowed. 7. The County may at its option purchase additional services under the terms, and at the same prices, contained in the contract. However, the vendor may decline the option for any such contract extension. 8. Bids must be returned in its entirety. Incomplete bids submitted will be considered invalid and rejected on these grounds. 9. All addenda to this bid package will be issued in writing. Verbal changes or discussions of changes will not be binding on this proposal. 10. All bids whose amounts place in the formal range require the final approval of the County of Burke Board of Commissioners who meet the third Tuesday of each month at 6:00 p.m. (except July when no first meeting is held). 20

21 11. In case of default by the bidder, Burke County will retain the bid deposit or call upon the bid bond surety unless otherwise provided by law. 12. Bidders will receive written confirmation of bids received and which contractor is the apparent low bidder. All other information, except that specifically noted by the bidder as being of a confidential nature, becomes public record in accordance with GS 132 and other applicable NC laws. 13. A Material Safety Data Sheet (MSDS) must be furnished to Burke County for all products used that contain hazardous components. 14. The County accepts no responsibility for any expense incurred by the bidder in the preparation and presentation of a bid, such expenses to be borne exclusively by the bidder. 15. Each bidder may be required, before the award of any contract, to show to the complete satisfaction of the County that it has the necessary equipment, facilities, ability, and financial resources to furnish the service or material specified herein in a satisfactory manner. The bidder may also be required to show history and references, which will enable the County to be satisfied as to the bidder s qualifications. Failure by the Contractor to qualify according to the foregoing requirements will result in bid rejection by the County. 16. The County has the right to waive minor defects or variations from the exact requirements of the specifications in a bid, which do not affect price, quality, quantity, or delivery schedule of the goods, services, or construction being procured. If sufficient information is submitted for the County to properly evaluate the bid by a bidder, the County has the right to require such additional information as it may deem necessary after the bid opening time and date, provided that the information requested does not change the price, quality, quantity, or delivery schedule for the goods, services, or construction being procured. 17. All funds for payments by the County under this Contract are subject to the availability of an annual appropriation for this purpose by the County Board of the County of Burke. In the event of non-appropriation of funds by the Board of the County Burke for the goods or services provided under the Contract or substitutes for such goods or services which are as advanced or more advanced in their technology, the County will terminate the Contract, without termination charge or other liability of the County, on the last day of the then current fiscal year or when the appropriation made for the then current year for the services covered by this contract is spent, whichever event occurs first. If funds are not appropriated at any time for the continuance of this contract, cancellation will be accepted by the Contractor on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the County Board of Burke County shall not be obligated under this contract beyond the date of termination. 18. Any damage to finished surfaces resulting from work performed under this contract shall be repaired to the County s satisfaction at the Contractor s expense. 21

22 The Contractor shall comply with and ensure that the Contractor s personnel and subcontractor personnel comply with all current applicable local, state and federal policies, regulators and standards relating to safety and health, including, by way of illustration and not limitation, the standards of the NC Occupational Safety and Health Administration for the General Industry and the Construction Industry. The Contractor shall provide or cause to be provided all technical expertise, qualified personnel, equipment, tools, and material to safely accomplish the work specified to be performed by the Contractor and subcontractor(s). 19. The Contractor shall identify to the County Engineer, or designee, at least one on-site person who is the Contractor s competent, qualified, authorized person on the worksite and who is, by training or experience, familiar with policies, regulations and standards applicable to the work being performed. The competent, qualified or authorized person must be capable of identifying existing and predictable hazards in the surroundings or working conditions which are unsanitary, hazardous or dangerous to employees, shall be capable of ensuring that applicable safety regulations are complied with, and shall have the authority and responsibility to take prompt corrective measures, which may include removal of the Contractor s personnel from the work site. The Contractor shall provide to the County, at the County s request, a copy of the Contractor s written safety policies and safety procedures applicable to the scope of work. Failure to provide this information within seven (7) days of the County s request may result in cancellation of the award. 20. The Contractor covenants to save, defend, hold harmless, and indemnify the County, and all of its officers, department agencies, agents, and employees from and against any and all claims, losses, damages, injuries, fines, penalties, costs (including court costs and attorney s fees), charges, liabilities, or exposure, however caused, resulting from, arising out of, or in any way connected with the Contractor s intentional, negligent, or grossly negligent acts or omissions in performances or nonperformance. 21. The Contractor certifies that is does not and will not during the performance of the Contract employ illegal alien workers or otherwise violate the provisions of the federal immigration Reform and Control Act of All goods are purchased F.O.B point of delivery in Burke County. All costs for transportation charges to the designated point of delivery shall be borne by the Contractor. 23. The Contractor shall not assign, transfer, convey, sublet, or otherwise dispose of any award, or any or all of its rights, obligations, or interests under this contract, without the prior written consent of the County. 24. It is the County s intent that this solicitation permits competition. It shall be the bidder s responsibility to advise the County if any language, requirements, or specifications restrict or limit the purchase to a single source, Such notification must be received by the County Purchasing Agent not later than five (5) working days prior to the date set for bid opening. A review of such notifications will be made and the bidder notified of the results of the review. 22

23 25. During the performance of this contract, the Contractor agrees to provide a drug-free workplace for the Contractor s employees: post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the Contractor s workplace and specify the actions that will be taken against employees for violations of such prohibition. 26. Contractor shall operate from a business office served by a phone that is open for business during hours of 9:00 a.m. and 5:00 p.m., Monday through Friday. This means that any general call made between 8:00 a.m. and 12:00 Noon should be answered before 5:00 p.m. of the same day and any call made between 12:00 Noon and 5:00 p.m. should be answered by 12:00 Noon the next day. 27. LATE bids will be returned to the bidder UNOPENED, if Bid numbers, opening date and bidder s return address is shown on the submitted envelope. 28. Smoking, the consumption of alcoholic beverages or the use of illegal substances are not allowed in County facilities or on County premises at any time and will not be tolerated. 29. In addition to the above requirements, the successful bidder is responsible for compliance with all applicable local, state and federal laws, including all state and local permits, licenses and fees. 23

24 BID REQUEST NO GENERAL INFORMATION AND REQUIREMENTS PRICE: Price quoted shall be net and shall include delivery of new equipment or service, all transportation and delivery charges prepaid to the point of delivery indicated in the proposal, fully equipped as indicated herein and in the proposal. Price shall also include the service of trained personnel of the awarded company. AWARD: All equipment or services listed is for a particular use by the County in which department/division it is to be in service and must meet the requirements of that particular department for service as interpreted by the Purchasing Office. Delivery must be shown in bid, and guaranteed date of delivery at the discretion of the County of Burke can be taken into consideration making award. INFORMATION TO BE FURNISHED WITH BID: The bidder must submit with bid detailed specifications of equipment or services he/she proposes to use in completing project. If equipment or services offered differs from the provisions contained in these specifications, such differences must be explained in detail. Such bids will receive careful consideration if deviations do not depart from the intent of this specification and are to be the best interest of the using department/division as interpreted by the Purchasing Office. GENERAL INFORMATION AND REQUIREMENTS SERVICE LITERATURE: The company or companies to whom this business is awarded must agree to furnish, along with the equipment, if required, two (2) complete sets of operator s instructions, service and complete manufacturer s parts catalogs furnished to the Purchasing Office, upon request, before payment of invoice will be made. This price list is to show the current parts numbered, descriptions, and list price of parts as listed by the manufacturer, discount from list prices, if any, and terms of payment. GENERAL: Material and workmanship of the equipment or services shall be in keeping with the design incorporating specifications under each item. Facts contained in attached questionnaires (if attached and made a part of this request) and availability of service and repair parts will be used in evaluating all bids. The right is reserved to require the bidders to furnish acceptable proof in the form of certifications, that the equipment as bid equals or exceeds the requirements of specifications. QUALIFICATION OF BIDDER: No bid will be considered unless the firm submitting the bid can meet the following conditions, that it has in operation a factory adequate for and devoted to the manufacture of the equipment which it proposed to furnish, and maintains a service agency within a reasonable distance of the manufacturer, a certificate executed by the manufacturer may be required, stating that bidder is an authorized agent, and that all the qualifications and all the requirements of this specification and the proposal are complied with. 24

25 BRAND NAMES: Any reference to brand names in the specification is made to aid the bidder and indicates more clearly the quality desired and is not done to limit or restrict the bidding to any particular brand. ACCESSORIES: Any appurtenances, accessories, or services not mentioned in the specifications, but necessary to furnish a complete unit, ready for use upon delivery, shall be furnished. BIDS WILL BE OPENED AT THE DATE AND HOUR AS STATED IN THIS PROPOSAL AND NO BID RECEIVED AFTER THE DATE AND HOUR AS SET FORTH HEREIN WILL BE ACCEPTED OR CONSIDERED. The County reserves the right to reject any or all bids, waive technicalities, and to be the sole judge of suitability of the equipment or services for the use by the County for intended purposes. Factors to be considered in awarding the bid will be price, quality, time required to make delivery, availability of repair parts, and service on equipment offered. The contract will be awarded after evaluation of all bids has been made, and in the interest of suitability to the County s need and/or economy, equipment, furnishings or service other than the cheapest in price, may be selected. All forms must be properly signed. All checks submitted, as bid deposit must be certified. All bid bonds must be signed by principal and Attorney-in-fact with Power of Attorney attached. When a Performance Bond is necessary to enter into formal contract with successful bidder, bond must be furnished by bidder without additional cost to the County. QUESTIONS: Questions regarding this bid document may be directed to: BOBBIE JO BOLLINGER PURCHASING AGENT PHONE bobbiejo.bollinger@burkenc.org TAXES: No taxes shall be included in the bid price. State and local taxes are not to be included in quotes but they are to be added later, if applicable, to all invoices shown as a separate item for payment. PRICE: Price quoted shall be net and shall include delivery of new equipment or service, all transportation and delivery charges prepaid to the point of delivery indicated in the proposal, fully equipped as indicated herein and in the proposal. CHANGES: The successful bidder shall not make changes to the materials after an agreement has been executed unless authorized to do so by the Burke County Engineer in writing. 25

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

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

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

Mold Remediation and Clean Up of Central High School

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

More information

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

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID INVITATION TO BID Office of Finance 100 West First North Street Morristown, TN 37814 INTRODUCTION The City of Morristown is accepting sealed bids for demolition of properties with specifications stated

More information

Request for Proposal Public Warning Siren System April 8, 2014

Request for Proposal Public Warning Siren System April 8, 2014 Request for Proposal Public Warning Siren System April 8, 2014 THE CITY OF MARTINSVILLE wishes to extend an invitation to all qualified contractors to submit a proposal/s for providing a complete siren

More information

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

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

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

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

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

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

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

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

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

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

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

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Towing Services Inoperable Vehicles County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0601-1 This procurement is governed

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

City of 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

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

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For Iredell County BID AND PROJECT REQUIREMENTS AND CONTRACT For MISC. BUILDING IMPROVEMENTS Iredell County Solid Waste 354 Twin Oaks Road Statesville, NC 28625 I N F O R M A L B I D I N V I T A T I O N #16-750-IC-03

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

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

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

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

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,

More information

INVITATION TO BID Install Spray Foam Polyurethane Roof

INVITATION TO BID Install Spray Foam Polyurethane Roof November 7, 2016 RFP-1617-404 INVITATION TO BID Install Spray Foam Polyurethane Roof The Danville Public Schools Maintenance Department is requesting sealed bids for furnish and install Polyurethane Seamless

More information

Invitation to Bid. Radcliff Wastewater Treatment Plant (WWTP) Road Paving. For. Radcliff Wastewater Treatment Plant

Invitation to Bid. Radcliff Wastewater Treatment Plant (WWTP) Road Paving. For. Radcliff Wastewater Treatment Plant Invitation to Bid Radcliff Wastewater Treatment Plant (WWTP) Road Paving For Radcliff Wastewater Treatment Plant Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste Request for Proposal #2019-020 Grinding and Processing Services for Yard/Pallet Waste Due Date: October 23, 2018 Time: 2:00 pm Receipt Location: Government Building 500 N. Main Street, Suite #709 Administrative

More information

INSTRUCTIONS TO BIDDERS

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

More information

INVITATION TO BID Retaining Wall

INVITATION TO BID Retaining Wall INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

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

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 ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

More information

INVITATION TO BID Acoustical Ceiling Tile

INVITATION TO BID Acoustical Ceiling Tile October 10, 2016 REVISED 11/07/2016 RFP-1617-402 INVITATION TO BID Acoustical Ceiling Tile The Danville Public Schools Maintenance Department is requesting sealed bids for removal, furnish and install

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

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Bid Opening Date/Time Tuesday, September 1, 2015 @ 2:15 p.m. local time City of

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

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots February 27, 2017 RFP-1617-414 INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots The Danville Public Schools Maintenance Department is requesting sealed bids for sealing, striping and painting

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

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 DATE April 12, 2017 TABLE OF CONTENTS 1. SUMMARY AND BACKGROUND...

More information

GOODS AND SERVICES BID SPECIFICATIONS: A GUIDE FOR NEW JERSEY LOCAL PUBLIC AGENCIES SECTION A. Instructions to Bidders and Statutory Requirements

GOODS AND SERVICES BID SPECIFICATIONS: A GUIDE FOR NEW JERSEY LOCAL PUBLIC AGENCIES SECTION A. Instructions to Bidders and Statutory Requirements GOODS AND SERVICES BID SPECIFICATIONS: A GUIDE FOR NEW JERSEY LOCAL PUBLIC AGENCIES SECTION A Instructions to Bidders and Statutory Requirements Instructions To Bidders And Statutory Requirements I. SUBMISSION

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

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and

More information

Invitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties)

Invitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties) BID NUMBER: AX 19-003 Invitation for Bid BID NAME: House Sale & Removal ISSUE DATE: August 26, 2018 LOCATION: University of Arkansas - Fort Smith (listed properties) BID OPENING DATE/TIME: September 25,

More information

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES SUBMIT BID TO: Florida State Fair Authority 4800 Hwy 301 North / P.O. Box 11766 Tampa, Fl. 33610 Tampa, Fl. 33680 (Orient Road Entrance) Attn: Phyllis J. Bridges Telephone Number: 813-621-7821 E-mail:

More information

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

VENDING MACHINE SERVICES FOR THE BOONE COUNTY FISCAL COURT

VENDING MACHINE SERVICES FOR THE BOONE COUNTY FISCAL COURT Boone County, Kentucky INVITATION TO BID # 110718VS VENDING MACHINE SERVICES FOR THE BOONE COUNTY FISCAL COURT ACCEPTANCE DATE: Prior to 2:00 p.m., November 7, 2018 Local time ACCEPTANCE PLACE Boone County

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

FLOYD COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT #12 East 4 th Ave. Ste. 106 ROME, GA (706) FAX (706)

FLOYD COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT #12 East 4 th Ave. Ste. 106 ROME, GA (706) FAX (706) Revised Jan. 2015 FLOYD COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT #12 East 4 th Ave. Ste. 106 ROME, GA 30161 (706) 291-5118 FAX (706) 290-6099 INVITATION TO BID Date Issued: May 5, 2016 Bid Number:

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

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

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Department of Public Works Boilers and Cooling Towers INVITATION TO BID Sealed bid proposals, plainly marked, Boilers and Cooling Towers Equipment Treatment

More information

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT The City of Des Peres is soliciting bids from qualified vendors to remove, furnish and install new flooring in activity rooms A and

More information

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee PROPOSAL REQUEST Type I and Type II Ambulances For the Sumner County Emergency Medical Services Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 34-130717 July, 2013 Introduction

More information

FARMERS MARKET AGREEMENT. I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor.

FARMERS MARKET AGREEMENT. I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor. FARMERS MARKET AGREEMENT I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor. II. III. IV. PURPOSE: The Town wishes to have an innovative Farmers

More information

AUGUSTA COUNTY SERVICE AUTHORITY

AUGUSTA COUNTY SERVICE AUTHORITY AUGUSTA COUNTY SERVICE AUTHORITY 18 Government Center Lane P. O. Box 859 Verona, Virginia 24482-0859 REQUEST FOR SEALED BIDS Ductile Iron Pipe and Fittings ITB No. 1756 Issue Date: February 13, 2018 Sealed

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

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

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

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

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

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR Bid #08-15 Sealed bids for a three year, annually renewable contract to provide School Fencing Repairs and installation

More information

MANDATORY GENERAL TERMS AND CONDITIONS

MANDATORY GENERAL TERMS AND CONDITIONS MANDATORY GENERAL TERMS AND CONDITIONS A. PURCHASING M AN U AL / G O V E R NING R U LES: This s o l i c i t a t i o n and any resulting contract is s u b j e c t to the provisions of the Commonwealth of

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS Request for Bids SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS DONALD CERRONE, CHAIRMAN JOHN M WALSH, VICE-CHAIRMAN

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

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

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

More information

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM Invitation to Bid 20150224 RFP-VISITOR MANAGEMENT SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT BID #4-10 - SALE OF FERROUS METALS County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Fred M. Maxon,

More information

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

Sayreville Housing for Seniors Corporation Gillette Manor

Sayreville Housing for Seniors Corporation Gillette Manor Sayreville Housing for Seniors Corporation Gillette Manor 650 Washington Road Sayreville, NJ 08872 732-316-0177 732-721-0062 fax Request for Proposals Door Access Control Upgrades at Gillette Manor Sayreville,

More information

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

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

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION

More information

BID DOCUMENTS FOR. WTP VFD Replacement Bid

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

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

More information

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REF #242013RFPSW DUE DATE: 4:00 PM, February 19, 2013 Luzerne County

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

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows: A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or

More information

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

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

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

Convert Six East/West Tennis Courts to a North/South Orientation

Convert Six East/West Tennis Courts to a North/South Orientation Convert Six East/West Tennis Courts to a North/South Orientation Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org

More information

I. INTRODUCTION GENERAL INFORMATION

I. INTRODUCTION GENERAL INFORMATION FRANKLIN COUNTY SOLID WASTE MANAGEMENT DEPARTMENT LOUISBURG, NORTH CAROLINA REQUEST FOR PROPOSAL CONVENIENCE CENTER HAULING CONTRACT FOR THE FRANKLIN COUNTY SOLID WASTE DEPARTMENT I. INTRODUCTION The Franklin

More information

Request for Proposals for Agent of Record/Insurance Broker Services

Request for Proposals for Agent of Record/Insurance Broker Services County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Agent of Record/Insurance Broker Services Note: This public body does not discriminate

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. (15036) (CGC Golf Cart Batteries) Bid Release: (1-28-2015) Bid Questions Deadline: Bid Due Date: (2-05-2015) @ 10:00 am (2-11-2015) @ 3:00 pm Postal Return

More information

REQUEST FOR QUOTATION EURASIA WILDS ASPHALT PAVING RFQ #42 ( )

REQUEST FOR QUOTATION EURASIA WILDS ASPHALT PAVING RFQ #42 ( ) 2014-06-25 REQUEST FOR QUOTATION EURASIA WILDS ASPHALT PAVING RFQ #42 (2014-06) The Toronto Zoo invites you to submit a quotation for the supply of all labour, tools, materials and equipment necessary

More information

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

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

More information

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

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION 1.1 General: The intent of these specifications is to provide the Town

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina

More information

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES SUBMIT BID TO: Florida State Fair Authority 4800 Hwy 301 North / P.O. Box 11766 Tampa, Fl. 33610 Tampa, Fl. 33680 (Orient Road Entrance) Attn: Phyllis J. Bridges Telephone Number: 813-621-7821 E-mail:

More information

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

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL PROPOSAL No. 18024 Cameras-Lakeside Plant (Per Attached Specifications) Proposal Release: March 9, 2018 Proposal Questions Deadline: Proposal Due Date: March 23,

More information

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM INVITATION FOR BIDDER'S PROPOSALS, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM OWNER: Village of Libertyville 200 East Cook Avenue Libertyville, Illinois 60048-2090 1. Invitation to Bid: Owner invites sealed

More information

BID DOCUMENTS FOR. Sludge Thickener Improvement Project

BID DOCUMENTS FOR. Sludge Thickener Improvement Project BID DOCUMENTS FOR Sludge Thickener Improvement Project CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 Friday, May 4, 2018 NOTICE TO BIDDERS SLUDGE THICKENER IMPROVEMENT PROJECT FOR THE CITY OF

More information

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which

More information