BL Page 1. The written bid documents supersede any verbal or written prior communications between the parties.

Size: px
Start display at page:

Download "BL Page 1. The written bid documents supersede any verbal or written prior communications between the parties."

Transcription

1 BL Page 1 July 02, 2015 INVITATION TO BID BL The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified vendors for a Water Treatment Pilot Plant on a Monthly Rental Basis for the Gwinnett County Department of Water Resources. The contract will allow Gwinnett County to institute piloting facilities at the Shoal Creek Filter Plant to investigate emerging water treatment technologies that leverage recent advances in science and engineering. Services associated with this contract generally include design, installation and start-up support associated with providing a fully operational water treatment piloting system within the filter building of the Shoal Creek Filter Plant. Bids should be typed or submitted in ink and returned in a sealed container marked on the outside with the Bid number and Company Name. Bids will be received until 2:50 P.M. local time on July 21, 2015 at the Gwinnett County Financial Services - Purchasing Division 2 nd Floor, 75 Langley Drive, Lawrenceville, Georgia Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent bid results will be available the following business day on our website Questions regarding bids should be directed to Holly Cafferata, CPPB, Purchasing Manager at holly.cafferata@gwinnettcounty.com or by calling , no later than July 10, Bids are legal and binding upon the bidder when submitted. All bids should be submitted in duplicate. Successful service provider will be required to meet insurance requirements and furnish signed and sealed Contractor Affidavit and Contractor Verification Pursuant to Gwinnett County Purchasing Ordinance Part 6.D Form. The Insurance Company should be authorized to do business in Georgia by the Georgia Insurance Department, and must have an A.M. Best rating of A-6 or higher. Gwinnett County does not discriminate on the basis of disability in the admission or access to its programs or activities. Any requests for reasonable accommodations required by individuals to fully participate in any open meeting, program or activity of Gwinnett County Government should be directed to Michael Plonowski, Gwinnett County Justice and Administration Center, The written bid documents supersede any verbal or written prior communications between the parties. Award will be made to the service provider(s) submitting the lowest responsive and responsible bid that meets the minimum qualification criteria described in the attached documents. Gwinnett County reserves the right to reject any or all bids to waive technicalities, and to make an award deemed in its best interest. Bids may be split or awarded in entirety. Gwinnett County reserves the option to negotiate terms, conditions and pricing with the lowest responsive, responsible bidder(s) at its discretion. Award notification will be posted after award on the County website, and companies submitting a bid will be notified via . We look forward to your bid and appreciate your interest in Gwinnett County. Holly Cafferata, CPPB Purchasing Manager The following pages should be returned in duplicate as our bid: Bid Schedule, Pages 5-6

2 BL Page 2 STATEMENT OF WORK The County intends to obtain the services of a qualified firm to design and construct a fully operational water treatment pilot plant at the Shoal Creek Filter Plant. More specifically, the pilot plant to be provided under this solicitation shall be located in the Pilot Plant Room in the Filter Building at the Shoal Creek Filter Plant on a rental basis for a minimum of six months. Costs for additional rental period or purchase of the pilot equipment shall be as stipulated in the bid worksheet. Service provider shall furnish all design services, installation, labor, transportation, materials, equipment, supplies, tools, supervision, testing, commissioning, training, shipping, transportation, insurance, decommissioning, and all other ancillary services necessary to provide and install a fully-operational water treatment pilot plant on a monthly rental basis in accordance with the attached requirements. The service provider will be responsible for providing a complete, fully-functional water treatment pilot plant with all piloting equipment to enable the necessary piloting equipment capable of mimicking GCDWR s full-scale Shoal Creek Filter Plant process treatment trains including, but not limited to: 1. A fully operational pilot plant, capable of operating on single-phase, 120V electrical power, sized appropriately to operate inside the existing Pilot Plant Room at Shoal Creek Filter Plant while leaving enough space to accommodate an identical pilot plant treatment train within the same room. 2. Necessary installation services to connect to the existing influent connection in the Pilot Plant Room. 3. A pilot plant equalization tank. 4. Online monitoring equipment. 5. A pilot skid for ozone generation, inclusive of an ozone generator, a side-stream ozone injection system, ozone contact tanks and an ozone destruct unit. 6. A coagulation/flocculation skid capable of providing two-stage coagulation and three-stage flocculation 7. A biological filtration (4 filters) skid inclusive of a backwash module. 8. All necessary tanks, mixers, pumps, controls, valving, piping, meters, and other incidental equipment required to implement a piloting system that mimics the Shoal Creek Filter Plant treatment processes. 9. Services to provide full system checkout as well as all necessary start-up testing and commissioning as required to start-up and operate the piloting system upon completion of installation. 10. Training and other necessary instruction to County personnel on proper operation and maintenance of the water treatment pilot plant systems. Work shall be performed on a lump sum cost based on the unit rates listed in the Bid Schedule and in accordance with the following minimum specifications.

3 BL Page 3 I. Invitation to Submit Bids B. The Gwinnett County Department of Water Resources (GCDWR) hereby requests Bids for a Water Treatment Pilot Plant on a Monthly Rental Basis. This submission will assist GCDWR in selecting firms to provide pilotscale water treatment process equipment at the Shoal Creek Filter Plant. GCDWR needs sufficient information to determine the selected vendor has the equipment, experience, and qualifications necessary to complete the anticipated work in a professional manner, without risk of damage to the systems. C. Proposed bid prices in the Bid Schedule will cover all labor, equipment, tools, materials, transportation, shipping, design, installation, coordination, testing, commissioning and decommissioning, and accessories required to install a fully operational pilot plant as proposed under this contract. The full cost of bid preparation is to be borne by the bidding firm. D. Two (2) copies of the bid should be submitted. All copies of the bid must be identified with the bid number, date of the opening, and the company name. The original bid must be signed in ink by a company official who has authorization to commit company resources. All copies of the bid must be identical. Bids shall be submitted in a sealed envelope/package. Envelope/package shall be addressed to Gwinnett County Purchasing Division, Gwinnett Justice and Administration Center, Second Floor, 75 Langley Drive, Lawrenceville, Georgia and shall be identified with the bid number, date of opening and company name on the outside. E. Sole responsibility rests with the firm to see that their bids are received on time at the above stated location. F. Bids submitted by alternate means other than the means specified in this solicitation will be rejected and disposed of accordingly. This includes bids sent by facsimile, , or any other electronic or telegraphic means. If the County receives a bid through such alternate means, the County does not assume any burden or liability to notify the vendor that the bid has been disposed of. G. Bidders are to follow the instructions outlined in this solicitation and failure for the Bidder to do so may result in the County deeming the Bidder s submittal as non-responsive. Firms are expected to allow adequate time for delivery of their bids either by hand delivery, postal service or other means. Late bids will not be received and will be returned to the Bidder. H. All questions concerning this solicitation should be directed IN WRITING to Holly Cafferata, CPPB, Purchasing Manager, Gwinnett County - Purchasing Division, 75 Langley Drive, Lawrenceville, Georgia either by to holly.cafferata@gwinnettcounty.com or fax ( ) no later than July 10, Where appropriate, GCDWR responses to formal questions will also be in writing and will be distributed to all firms on our record as having received a copy of this solicitation. I. Individuals, firms and businesses seeking an award of a Gwinnett County contract may not initiate or continue any verbal or written communications regarding a solicitation with any County officer, elected official, employee or other County representative without permission of the Purchasing Associate named in the solicitation between the date of the issuance of the solicitation and the date of the final contract award by the Board of Commissioners. Violations will be reviewed by the Purchasing Director. If determined that such communication has compromised the competitive process, the offer submitted by the individual, firm or business may be disqualified from consideration for award. This is to ensure that all prospective respondents have the same level of knowledge relative to the project, as well as, ensuring the additional data is made available to all proposers. J. Submitted bids and all documentation regarding the bids will not be made available to the public until such time that an official action has been taken to award or reject this solicitation. All bids and supporting materials, as well as, correspondence relating to this bid become property of Gwinnett County when received. Any proprietary information contained in the submittal should be so indicated. However, a general indication that the entire contents, or a major portion, of the proposal is proprietary will not be honored. K. All applicable State of Georgia and Federal Laws, City and County ordinances, licenses and regulations of all agencies having jurisdiction shall apply to the service provider and services throughout and incorporated herein by reference. The Agreement with the selected firm, and all questions concerning the execution, validity or invalidity, capacity of the parties, and the performance of the Agreement, shall be interpreted in all respects in accordance with the Charter and Code of Gwinnett County and the laws of the State of Georgia.

4 BL Page 4 II. Instructions to Bidders A. Qualifications No bid shall be accepted from and no contract will be awarded to any person, firm, or corporation that is in arrears to Gwinnett County, upon debt or contract that is a defaulter, as surety or otherwise, upon any obligation to Gwinnett County, has open or pending litigation against the County (for a department or division other than Purchasing), or that is deemed irresponsible or unreliable by Gwinnett County. If requested, the Bidder will be required to submit satisfactory evidence that they have a practical knowledge of the particular service proposed upon, and that they have the necessary personnel, equipment, experience and financial resources to provide the proposed services requested. At a minimum, the service provider shall meet the following qualification requirement: A minimum of 10 years of experience in the design and installation of water treatment pilot plant systems. B. Representation Bids must be signed in ink by a company official(s) that has authorization to commit company resources and shall contain the firm s full business address. These officials will also be individuals noted as authorized to sign Work Authorizations. C. Bid Evaluation Gwinnett County reserves the right to reject any or all bids, in whole or in part, to request clarifications, to negotiate changes in the scope of services, and to waive any technicalities as deemed in its best interest. It is the intent of Gwinnett County to award a contract to the service provider who meets the minimum qualification requirements. D. Qualification Forms Service Provider s Qualifications and Experience Provide the following information on the forms provided: 1. Experience with providing design and installation services for water treatment pilot plant systems. Provide three (3) different municipal utilities in the last five (5) years. 2. Qualifications of the Professional Engineer that will be responsible charge of the design of the proposed piloting system described herein. Professional Engineer shall have at least ten (10) years of direct experience in designing pilot plants. 3. Name and summary information about the service provider. The full legal name of service provider, the service provider s principal business office, number of and its regional/satellite offices, if any; and indicate the location(s) of the local office serving Gwinnett County. Give a brief summary with information on the service provider s history, business activities, size, total employees, officers, affiliates, subsidiaries, ownership and corporate data, as applicable to the provision of this proposal. References 1. References may be contacted from the list of owners/customers provided on the Qualification and Experience Forms. Clients and references must be included, but all references may or may not be verified, at the discretion of Gwinnett County.

5 BL Page 5 FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID BID SCHEDULE Bidder submits the following prices for renting one pilot plant identified in the Bid Schedule as part of this Bid: Bid Item Description Units Quantity Unit Price Total Price 1 Pilot plant influent connection & equalization tank Months 6 $ $ 2 Ozone skid Months 6 $ $ 3 Coagulation/flocculation skid Months 6 $ $ 4 Biological filtration skid (4 filters) including Months 6 $ $ backwashing module 5 Platform design for coagulation/flocculation skid EA 1 $ $ 6 Shipping (to Shoal Creek Filter Plant) EA 1 $ $ 7 Training/technical assistance EA 1 $ $ Total Base Bid (Bid Item 1 through 7): (use words) Dollars $ Shipping charges from Shoal Creek Filter Plant to vendor $ OPTIONS FOR CONTINUATION Gwinnett County may extend operations of the pilot plant after the initial 6 month rental period. Optional Items for continuation include: Optional Item Description Units Quantity Unit Price Total Price A Purchase pilot plant after 6 months of operation EA 1 $ $ B Additional rental cost after 6 months of operation Months 6 $ $ C Purchase pilot after 12 months of rental EA 1 $ $

6 BL Page 6 FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID BID SCHEDULE (Cont.) Gwinnett County requires pricing to remain firm for the duration of the initial term of the contract. Failure to hold firm pricing for the initial term of the contract will be sufficient cause for Gwinnett County to declare bid non-responsive. Contract to begin upon award. Certification of Non-Collusion In Bid Preparation Signature Date The undersigned acknowledges receipt of the following addenda, listed by number and date as issued appearing on each: Addendum No. Date Addendum No. Date The County requires that all who enter into a contract for the physical performance of services with the County must satisfy O.C.G.A and Rule , in all manner, and such are conditions of the contract. In compliance with the attached specifications, the undersigned offers and agrees, if this proposal is accepted by the Board of Commissioners within ninety (90) days of the date of proposal opening, to furnish any or all of the items upon which prices are quoted, at the price set opposite each item, delivered to the designated point(s) within the time specified in the quote schedule. Legal Business Name (If your company is an LLC, you must identify all principals to include addresses and phone numbers in your submittal) Federal Tax ID: Address: Does your company currently have a location within Gwinnett County? Yes No Representative Signature: Print Authorized Representative's Name: Telephone Number: Fax Number: Address:

7 BL Page 7 FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID QUALIFICATION FORMS WATER TREATMENT PILOT PLANT ON AN MONTHLY RENTAL BASIS Gwinnett County, GA Please hand write all entries Name of Firm SERVICE PROVIDER S QUALIFICATIONS & EXPERIENCE 1. Experience of the service provider in designing and building pilot plants, listing 3 different customers in the last five (5) years: Client 1 Name Client 2 Name Contact Name Contact Name Contact Phone Contact Phone Project Name Project Name Brief description of the Work Brief description of the Work Location Location Service Dates Service Dates Client 3 Name Contact Name Contact Phone Project Name Brief description of the Work Location Service Dates

8 BL Page 8 FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID PROPOSAL FORMS WATER TREATMENT PILOT PLANT ON AN MONTHLY RENTAL BASIS Gwinnett County, GA Please provide the following information on company letterhead. Name of Firm SERVICE PROVIDER S QUALIFICATIONS & EXPERIENCE cont d 2. Provide a copy of your professional engineering License and Registrations. 3. Name and summary information about the manufacturer. The full legal name of service provider, the service provider s principal business office, number of and its regional/satellite offices, if any; and indicate the location(s) of the local office serving Gwinnett County. Give a brief summary on the service provider s history, business activities, size, total employees, officers, affiliates, subsidiaries, ownership and corporate data, as applicable to the provision of this proposal.

9 BL Page 9 Solicitation Name & No. BL Water Treatment Pilot Plant on a Monthly Rental Basis CONTRACTOR AFFIDAVIT AND AGREEMENT (THIS FORM SHOULD BE FULLY COMPLETED AND RETURNED WITH YOUR SUBMITTAL) By executing this affidavit, the undersigned contractor verifies its compliance with The Illegal Reform Enhancements for 2013, stating affirmatively that the individual, firm, or corporation which is contracting with the Gwinnett County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act, in accordance with the applicability provisions and deadlines established therein. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services or the performance of labor pursuant to this contract with the Gwinnett County Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with the Illegal Immigration Reform and Enforcement Act on the Subcontractor Affidavit provided in Rule or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Gwinnett County Board of Commissioners at the time the subcontractor(s) is retained to perform such service. E-Verify * User Identification Number Date Registered Legal Company Name Street Address City/State/Zip Code BY: Authorized Officer or Agent Date (Contractor Signature) Title of Authorized Officer or Agent of Contractor For Gwinnett County Use Only: Printed Name of Authorized Officer or Agent Document ID #: SUBSCRIBED AND SWORN BEFORE ME ON THIS THE Issue Date: DAY OF, 201 Initials: Notary Public My Commission Expires: * As of the effective date of O.C.G.A , the applicable federal work authorization program is E-Verify operated by the U.S. Citizenship and Immigration Services Bureau of the U.S. Department of Homeland Security, in conjunction with the Social Security Administration (SSA). Rev

10 BL Page 10 BL Water Treatment Pilot Plantt on a Monthlyy Rental Basis CODE OF ETHICS AFFIDAVIT (THIS FORM SHOULD BE FULLY COMPLETED AND RETURNED WITH YOUR SUBMITTAL AND WILL BE REQUIRED PRIOR TO EVALUATION) In accordance with Section of the Gwinnett County Code of Ordinances the undersigned bidder/ /proposer makes the following full and complete disclosure under oath, to the best of his/her knowledge, of the name(s) of all elected officials whom it employs or who have a direct or indirectt pecuniary interest in or with the bidder/ /proposer, its affiliates or its subcontractors: 1. (Company Submitting Bid/Proposal) 2. (Please check one box below) No informationn to disclose (complete only section 4 below) Disclosed information below (complete section 3 & section 4 below) 3. (if additional space is required, please attach list) Gwinnett County Elected Official Name Gwinnett County Elected Official Name Gwinnett County Elected Official Name Gwinnett County Elected Official Name 4. Sworn to and subscribed before me this BY: Authorized Officer or Agent Signature day off, 20 Printed Name of Authorized Officer or Agent Notary Public Title of Authorized Officer or Agent of Contractor (seal) Note: See Gwinnett County Code of Ethics Ordinance EO2011, Sec The ordinance will be available to view in its entirety at www. gwinnettcounty.com

11 BL Page 11 GENERAL TERMS AND CONDITIONS I. COUNTY REQUIREMENTS: This invitation and resulting contract will provide for the requirements of Gwinnett County specified in this scope of work, and contracts will be used as primary sources for the articles or services listed herein. Articles or services will be ordered in such quantities as may be needed. Service provider is obligated to deliver all articles and services that may be ordered during the contract term regardless of quantity or dollar volume. II. III. IV. All applicable State of Georgia and Federal Laws, City and County ordinances, licenses and regulations of all agencies having jurisdiction shall apply to the Contractor and services throughout and incorporated herein by reference. The Agreement with the selected Contractor, and all questions concerning the execution, validity or invalidity, capacity of the parties, and the performance of the Agreement, shall be interpreted in all respects in accordance with the Charter and Code of Gwinnett County and the laws of the State of Georgia. WARRANTY AND/OR GUARANTY: The service provider will provide to County a statement which fully explains the conditions of Warranty and/or Guaranty. If no Warranty and/or Guaranty are applicable, it must be so stated. NOTE: FAILURE TO RESPOND TO THE REQUIREMENTS OF THIS PARAGRAPH MAY RESULT IN THE BID BEING NOT CONSIDERED. Service provider shall be responsible for County components or parts while in his possession, and shall make good any damage to such components or parts. V. Service provider shall conduct the work in such manner as to minimize disruption of Gwinnett County operations. Any deviation shall be handled on a case-by-case basis. VI. VII. VIII. IX. OPTION TO AUDIT: Successful service provider will be required to maintain complete records during the life of the contract and for a period of one year after completion of the contract. Such records are to be made available to the County if officially requested, and may be audited by a designated County staff or firm. If such audits reveal overcharges and/or undercharges, such will be adjusted and compensation made by either party to correct charges. SILENCE OF SPECIFICATIONS: The apparent silence of these specifications and any supplemental specifications as to any details, or the omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail and that only materials and services of first quality and correct type, size and design are to be used. All workmanship is to be first quality. All interpretations of this specification shall be made upon the basis of this statement, with County interpretation to prevail. SERVICE SCHEDULE AND SITE VISITS: Service provider will establish a schedule for services and provide such schedule to the County upon award of this contract. Prior to a site visit, service provider shall provide 24 hours notice to the County contact responsible for overseeing this work. Additionally, service provider must check-in at the Operations Center upon arrival to the site whenever visiting the site. FAMILIARITY WITH THE WORK: Bidder acknowledges, by proposing on this contract that he/she has a full and complete understanding of the extent and nature of the work required and the conditions surrounding the performance. X. CONDITION, WORKMANSHIP AND INSPECTION: All work done under this contract will be performed in a skillful and competent manner. The County understands that only new components may be used for the construction of the pilot; no used or refurbished parts shall be used during construction of the pilot. The County reserves the right to require that the successful service bidder(s) remove any of their own

12 BL Page 12 employees, agents, or sub service providers, whom the County deems incompetent or careless, from performing work on County facilities. The County reserves the right to inspect any work performed under this contract. Any inspection by the County does not relieve the successful bidder from any responsibility regarding defects or other failures to meet the contract requirements. XI. XII. CORRECTION OF WORK: The successful service provider shall promptly correct all work rejected by the County as faulty, defective, or failing to conform to the Minimum Specifications and/or to consensus standards adopted by both government and industry governing the work. Service provider shall promptly repair any damage to structures, surfaces, equipment, and adjacent property caused by service provider s work or personnel, whether observed before or after substantial completion of the work. If the County makes repairs the service provider will be billed for the cost of the repairs. The successful service provider will bear all costs of correcting such damage or rejected work. SERVICE PROVIDER RESPONSIBILITY: 1. As may be required to perform the level of effort required under this contract, the Service provider shall furnish all labor, materials, and equipment necessary for the performance of these efforts. The Service provider shall acquire or procure those incidental material items necessary to complete tasking. 2. The Service provider is solely responsible for obeying the requirements of any statutes, laws, regulations, executive orders, consent standards, or codes governing the type of work performed. 3. The Service provider is solely responsible for the safety of own employees while working on Countyowned facilities and locations, when working in tanks and confined spaces. The Service provider shall comply with all regulations relating to federally mandated industrial safety, equipment tag out, and environmental control and shall perform atmospheric safety certification when work is required in tanks and unventilated (confined) spaces. 4. The Service provider shall be responsible for obtaining any permits and licenses that may be required by his personnel to support tasks performed under this contract, including any associated fees. 5. The Service provider shall ensure that all Service provider personnel performing any work in Confined Spaces are properly regulated, trained, equipped, and certified under CFR XIII. XIV. XV. XVI. Gwinnett County reserves the right to purchase and furnish Service provider with equipment, supplies, materials, and any other items needed to begin and/or complete work under this contract. TORT IMMUNITY: No officer, employee, or agent of the County acting within the scope of his/her employment or function shall be held personally liable in tort or named as a defendant in any action for injury or damage suffered as a result of any act, event, or failure to act. ANY DEVIATION FROM SPECIFICATIONS MUST BE COMPLETELY EXPLAINED BY BIDDER. All such expenses shall be properly documented and submitted to the COUNTY for processing and payment. The County shall be the final authority in the event of any disputes over authorized costs between the COUNTY and the Service Provider. XVII. Service provider shall be responsible for safety associated with executing the work and the conditions during the contract period, including locking out and/or tagging out any equipment necessary for execution of the work. XVIII. AWARDS: Gwinnett County reserves the right to make no awards, partial awards (reduced quantities), multiple awards, one award for all items; or whatever the County deems to be in its best interest.

13 BL Page 13 MINIMUM SPECIFICATIONS FOR PILOT PLANT EQUIPMENT 1. GENERAL CONDITIONS: 1.1. Work Schedule: a. Service provider shall coordinate all work with the appropriate County personnel so that the facility s functionality is not adversely impacted. Work shall not interfere with the operation of the treatment process and associated equipment nor hinder the day-to-day operation of the facility. b. The normal daytime schedule for each facility is 7:00 AM to 4:00 PM Monday through Friday, excluding County Holidays. Service provider is to perform the required services within this time frame. c. SPECIAL NOTIFICATIONS: Service provider shall notify appropriate division contact to obtain permission to begin work and shall not take any operating equipment out of service. Work shall be scheduled at least 48 hours in advance when possible. Note that County service demands shall dictate work schedules Site Conditions: a. General: i. While on-site, service provider shall be responsible for obeying the facility s policies regarding use of parking spaces. ii. Service provider shall be responsible for maintaining a hazard-free work area. All tools, equipment, materials, apparatus, supplies and parts shall be neatly stored in a designated area near the work site in full compliance with 1993 OSHA regulations. iii. Service provider shall only work and set-up equipment within the area designated by the County. Full access to the existing facilities must be maintained at all times, unless directed otherwise on a specific assignment. iv. Service provider may have limited use of 120-volt single-phase electric power, where available. b. Locations: i. The pilot plant shall be installed at the Shoal Creek Filter Plant located at 1755 Buford Dam Road, Buford, GA There is a large interior room at the Shoal Creek Filter Plant where a former pilot plant was located. This room contains several single phase 120 V outlets and is approximately 25 feet wide by 25 feet in length by 40 feet high. Gwinnett County will supply the influent water lines to this room. Pilot plant effluent or waste water will be discharged to an existing sewer line drain. The pilot plant system shall not only be sized to fit within the pilot plant room, but must also be sized to accommodate and be accessible to a second identical pilot plant that could be placed beside the equipment provided under this solicitation. ii. The at-grade entrance to the SCFP Filter Building is via double doors with total opening measuring 90 inches wide by 126 inches tall. The entrance to the pilot room inside the building will control the size of parts that can enter, with total opening measuring 71 ½ inches wide by 74 inches high Bid Pricing The prices offered in the Bid Schedule shall be based on the following descriptions: a. Bid Items 1 through 4: Rental Pilot Plant Equipment and Installation: Measurement Measurement shall be based on the actual number of whole months or portion thereof, starting from the date that all systems within the pilot plant is first operational on site.

14 BL Page 14 Payment The unit price bid under this pay item shall include compensation for furnishing all pilot plant equipment, installation, labor, transportation, materials, equipment, supplies, tools, supervision, testing, commissioning, training, shipping, transportation, insurance, decommissioning, and all other ancillary services necessary to provide to install a fully-operational water treatment pilot plant that will be leased by the County on a monthly basis b. Bid Item No. 5: Design of Elevated Platform for Coagulation/Flocculation Skid: This item shall be considered compensation for all necessary design required to provide construction plans for the elevated platform for the coagulation/flocculation skid meeting the requirements specified herein. Payment shall be made on a lump-sum basis and shall include all design and ancillary services required to provide plans with sufficient detail that an on-site contractor can construct and install the platform. c. Bid Item No. 6: Shipping Shipping of the required parts and materials for construction and installation of a complete, fully operational water treatment pilot plant shall be paid for on a lump-sum basis. d. Bid Item No. 7: Training Training of DWR operations staff as necessary to ensure proper operation of the fully functional water treatment pilot plant shall be paid for on a lump-sum basis. e. Optional Bid Item A: Purchase Pilot Plant After 6 Months of Operation The lump sum purchase price of the in-place water treatment pilot plant equipment at the end of initial six month rental period. Payment shall include all equipment in the condition at the end of the initial six month rental period. f. Optional Bid Item B: Additional Rental Cost After 6 Months of Operation Measurement Measurement shall be based on the actual number of whole months or portion thereof, starting from the date that all systems within the pilot plant system at the conclusion of the initial six month rental period. Payment The unit price bid under this pay item shall include compensation for rental of all pilot plant equipment that has been installed at Shoal Creek Filter Plant. g. Optional Bid Item C: Purchase Pilot Plant After 12 Months of Operation This item is the lump sum purchase price of the in-place water treatment pilot plant equipment at the end of a 12-month rental period. Payment shall include all equipment in the condition at the end of a 12-month rental period On-site Inspection: County may conduct inspections of the equipment and services provided to verify compliance with the contract and acceptable performance of the systems. 2. BASIC REQUIREMENTS: Service provider shall be responsible for furnishing and/or procuring all labor, materials, equipment, and accessories for setting up, testing, operating, and maintaining the pilot plant. The pilot plant shall have a capacity of up to 6 gallons per minute (gpm) that mimics Gwinnett County DWR s full-scale Shoal Creek Filter Plant treatment train, including ozonation, coagulation/flocculation, and direct filtration. The pilot process flow diagram (PFD) and piping and instrumentation diagram (P&ID) are shown in Figures 1 to 3. Table 1 shows the design specifications for each treatment train for the pilot plant. Photos of the pilot plant room are shown in Figures 4 and 5. The service provider shall be responsible for procuring tanks, mixers,

15 BL Page 15 pumps, controls, valves, and miscellaneous parts required. The pilot plant shall include the following components: Pilot plant room and influent line: Gwinnett County DWR will provide the pilot plant influent line at the pilot plant room located within the Shoal Creek Filter Plant. The pilot plant will be installed inside this fully-enclosed room. The service provider shall be responsible for making connections to the aforementioned influent line upon installation. The pilot plant influent water is anticipated to have approximately 40 feet (17.4 pounds per square inch [psi]) of constant pressure head to allow for gravity flow into the equalization tank. The pilot plant room is 25 feet by 25 feet with 40 feet of overhead space and contains a drain to sewer and single phase 120V electrical power. Figure 5 shows the location of several single-phase 3 prong outlets along one of the walls. Gwinnett County DWR anticipates installing two pilot plants to be operated side-by-side in this room at a later time. The pilot plant footprint under this solicitation shall be small enough to take up half of the available space or less. Equalization tank and feed pump: The equalization tank shall be an opaque tank with a lid and a minimum capacity of 1,000 gallons. The tank shall contain a low level switch to shut off the variable speed feed pump (P1) if water levels drop below the low level switch height. The tank shall show water level with exterior graduations on a sight-tube and allow for excess water to overflow to the sewer. Bag filters with an effluent pressure gauge shall be installed prior to the flow meter. Pump P1 will provide sufficient head to pump water through the ozonation, coagulation/flocculation, and filtration. Piping between each treatment step shall be slightly oversized (minimum of 2-inch diameter) to minimize headloss. There shall be a minimum of 3 to 6-inches of elevation between each treatment train. Online instrumentation: The service provider shall provide and incorporate connections for installation of online probes for monitoring of temperature, turbidity, ph, and oxidation reduction potential (ORP) as shown in Figure 3. Dissolved oxygen (DO) probes, flow through cells, and SC200 controllers for the DO probes as well as ultra violet (UV) analyzers will be provided and installed by Gwinnett County separately. Online monitoring equipment shall have a minimum sensitivity of 0.1 standard units (SU) for ph, 1 millivolts (mv) for ORP and 0.01 Nephelometric turbidity units (NTU) for turbidity. The service provider shall include calibration standard solutions with the monitoring probes, including at a minimum ph 4, 7, and 10 SU standards; turbidity 0, 1, and 10 NTU standards; and two-point calibration standards for ORP. Waste streams shall be directed to the onsite sewer drain located within the pilot room. Data generated from all online instrumentation shall be logged in a central programmable logic controller (PLC). System operations, settings and controls shall be visible through a human machine interface (HMI) Ozone skid: The service provider shall furnish an ozone generator capable of producing an ozone dose of up to 6 milligrams per liter (mg/l) at a flow rate of 6 gpm using side-stream injection. The ozone skid shall also include ozone contact tanks with a cumulative contact time of up to 38 minutes, as well as an ozone destruct unit. The oxygen concentrator shall have a tank prior to the ozone generator to maintain steady pressure under all operating conditions specified herein. An ozone analyzer shall be installed prior to the ozone contactors and readings shall be tied to a PID to maintain a consistent flow and pressure (±10 percent) from the ozone feed gas under all operating conditions shown in Table 1. Any excess ozone from the generator that would result in an ozone concentration that exceeds the target dose shall be vented to the ozone destruct unit prior to injection. An ambient ozone monitor shall be tied to a control switch for the ozone generator to terminate ozone generation if ambient air concentrations exceed health screening levels. A variable speed peristaltic pump shall be used for dosing an aqueous ozone quenching agent, calcium thiosulfate, after the ozone contactors. The peristaltic pump shall be tied to a PID controller to modify the dose based on readings from the inline ozone residual probe. The quenching agent feed tank shall be housed within secondary containment with a minimum volume equal to the quenching agent feed tank capacity. The ozone skid shall have inline instrumentation for monitoring ozone residual with a digital display and capability for data logging. The service provider shall be responsible for procuring all pipes, valves, meters, and miscellaneous parts required for successful installation, operations, and maintenance of the ozone unit. Coagulation and flocculation skid: The service provider shall be responsible for providing a twostage coagulation and three-stage flocculation skid capable of dosing 0.2 to 1.5 mg/l of ferric chloride

16 BL Page 16 coagulant at a velocity gradient of 1,000 per second (/sec), and 1 to 2 mg/l of Clarifloc Polydimethylsiloxane flocculent at a velocity gradient of 60/sec (Table 1). The mixing basin sizes shall have sufficient volume to attain 36 seconds of coagulation mixing and 8 minutes of flocculation mixing. The basin volume shall be adjustable to allow testing of various mixing durations. The coagulation and flocculation mixers shall be variable speed. Water shall be pumped from the ozone skid effluent to the elevated coagulation/flocculation skid located on a platform. Coagulant and flocculent shall be dosed using variable speed peristaltic pumps. The coagulant and flocculent feed tanks shall be opaque and housed within secondary containment with a minimum volume equal to the feed tank capacity. Elevated platform: The service provider shall design a work platform in accordance with all local, state, and federal requirements for working at heights of up to 18 feet. The platform shall allow sufficient room to conduct operations and maintenance as well as sampling of the coagulation/flocculation skid, as well as sample from the top of the filter columns. Design drawings of the elevated platform shall provide sufficient detail for an on-site contractor to construct and install. The platform shall be designed to hold the weight of the coagulation and flocculation skid while operating at a flow rate of 6 mgd and up to 5 personnel at a time. The platform edges shall contain railing the meets all OSHA health and safety requirements. Filtration skid: The filtration skid shall contain four 6-inch ID clear PVC filter assemblies with a total height of up to 18 feet. The influent/backwash water line shall be a minimum of 4 feet below the top of the filter column with an overflow drain to sewer near the top of the filter column. The total column height shall allow for 30% bed expansion during backwash and the backwash effluent line shall be sufficient to minimize the potential for media loss during backwashing. The filters will contain 60 inches of anthracite and 12 inches of sand; this media will be obtained from the Shoal Creek Filter Plant full scale filters. The service provider shall mount these pilot filters vertically using fiberglass unistruts and stainless steel pipe clamps. The filters shall be constructed to allow for downward flow by gravity from the coagulation/flocculation skid. The filter flow rate shall be modulated using motor operated valves (MOV) controlled by both the influent flow meter and the filter level indicating transmitter to maintain a constant 11.5 feet of submergence above the filters. The service provider shall incorporate a clear PVC common header that allows excess filter influent water to drain to the onsite sewer line if needed. Each pilot study filter shall be equipped with a 2-inch connection located at approximately 100 inches from the bottom of the filter to allow for draining the water prior to a backwash and to discharge backwash water. Sufficient space shall be provided below the underdrains to allow for air scour and backwashing. In addition, each filter shall be equipped with online instrumentation shown in the P&ID including an individual turbidimeter, flow meter, level indicating transmitter and modulating valve for flow control. The service provider shall have top of each pilot filter open to allow for filter media sampling from the top of the filter bed. The underdrains shall be comprised of Leopold IMS caps. Amendment dosing systems: The service provider shall be responsible for procuring the tanks, mixers, and feed pumps necessary for adding phosphorous and hydrogen peroxide into the filter influent at the concentrations specified in Table 1. The dosing pumps shall be multi-head variable speed peristaltic pumps (4 heads per pump) to allow for injection of such amendments into the four pilot study filters individually. All tanks shall be opaque and housed within secondary containment with a minimum volume equal to the feed tank capacity. The hydrogen peroxide stock tank and peristaltic pump tubing used for dosing shall be comprised of a chemically-compatible material with a concentration of up to 3,000 mg/l of hydrogen peroxide. Backwashing system: the service provider shall be responsible for furnishing a backwashing system including air scouring and capability for chlorinated or unchlorinated backwash. Filter effluent water will be routed to the 200 gallon backwash water tank prior to initiating a backwash. The air scouring shall have capability to provide 2 to 25 actual cubic feet per minute per square foot (ACFM/ft 2 ). The air scour air compressor shall have a receiving tank with inlet and outlet pressure regulating valves and pressure gauges. The backwashing pump shall be a variable speed centrifugal pump with a capacity of 7 gpm at 20 psi. The pump shall be sufficient to supply 3 to 25 gallons per minute per square foot (gpm/ft 2 ) of flow sufficient to enable up to 30% bed expansion during backwashing. The backwash

17 BL Page 17 tank shall show water level with exterior graduations on a sight-tube and allow for excess water to overflow to the sewer. Chlorine shall be added to the backwash water and be equipped with a day tank, mixers, calibration cylinders, and peristaltic chemical variable speed pumps to feed sodium hypochlorite. The chlorine feed tank shall be opaque and housed within secondary containment with a minimum volume equal to the feed tank capacity. Ranges of anticipated flow rates are shown in Table 1. Backwashing shall have the ability to be manually or automatically triggered by filter run time, headloss, or turbidity. The backwash effluent line from each filter shall be connected to a clear PVC common header to allow the operator to view color and turbidity in the spent backwash water and to collect samples. Finished water tank: The finished water tank shall be a minimum of 200 gallons with an overflow to sewer. The tank shall show water level with exterior graduations on a sight-tube and allow for excess water to overflow to the sewer. A chlorine tank and variable speed peristaltic dosing pump shall be included that meets the specifications shown in Table 1. All stock tanks shall be opaque and housed within secondary containment with a minimum volume equal to the feed tank capacity. Commissioning and training: The service provider shall include an onsite visit for installation, system start-up testing, and training for the pilot operators. Start-up testing shall include leak testing of all components of the pilot (e.g., hydrostatic pressure testing) including backwashing.

18 BL Page 18 PROFESSIONAL SERVICES INSURANCE REQUIREMENTS 1. Statutory Workers' Compensation Insurance (a) Employers Liability: Bodily Injury by Accident - $100,000 each accident Bodily Injury by Disease - $500,000 policy limit Bodily Injury by Disease - $100,000 each employee 2. Commercial General Liability Insurance (a) $1,000,000 limit of liability per occurrence for bodily injury and property damage (b) The following additional coverage must apply: 1986 (or later) ISO Commercial General Liability Form Dedicated Limits per Project Site or Location (CG or CG 25 04) Additional Insured Endorsement (Form B CG with a modification for completed operations or a separate endorsement covering Completed Operations) Blanket Contractual Liability Broad Form Property Damage Severability of Interest Underground, explosion, and collapse coverage Personal Injury (deleting both contractual and employee exclusions) Incidental Medical Malpractice Hostile Fire Pollution Wording 3. Auto Liability Insurance (a) $500,000 limit of liability per occurrence for bodily injury and property damage (b) Comprehensive form covering all owned, nonowned, leased, hired, and borrowed vehicles (c) Additional Insured Endorsement (d) Contractual Liability 4. Professional Liability Insurance - $1,000,000 (project specific for the Gwinnett County project) limit of liability per claim/aggregate or a limit of $1,000,000 per occurrence and $2,000,000 aggregate. Insurance company must be authorized to do business in the State of Georgia. Dedicated Limits per Project Site or Location (CG or CG or some other form) 5. Gwinnett County Board of Commissioners (and any applicable Authority) should be shown as an additional insured on General Liability and Auto Liability policies. 6. The cancellation should provide 10 days notice for nonpayment and 30 days notice of cancellation. 7. Certificate Holder should read: Gwinnett County Board of Commissioners 75 Langley Drive Lawrenceville, GA Insurance Company, except Worker' Compensation carrier, must have an A.M. Best Rating of A-5 or higher. Certain Workers' Comp funds may be acceptable by the approval of the Insurance Unit. European markets including those based in London and domestic surplus lines markets that operate on a non-admitted basis are exempt from this requirement provided that the contractor s broker/agent can provide financial data to establish that a market is equal to or exceeds the financial strengths associated with the A.M. Best s rating of A-5 or better. 9. Insurance Company should be licensed to do business by the Georgia Department of Insurance. *See above note regarding Professional Liability 10. Certificates of Insurance, and any subsequent renewals, must reference specific bid/contract by project name and project/bid number.

BL Page 1. The written bid documents supersede any verbal or written prior communications between the parties.

BL Page 1. The written bid documents supersede any verbal or written prior communications between the parties. BL086-15 Page 1 August 06, 2015 INVITATION TO BID BL086-15 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified vendors for a Reuse Water Treatment Pilot Plant

More information

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S. SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 5661 S. Ironwood Drive Apache Junction Arizona 85120 Phone (480) 941-6754 Fax (480) 671-3180 www.smcfd.org BID PACKAGE PROJECT 18.C.18 Issue Date:

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

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

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

More information

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

Glenwood/Bell Street Well Pump and Piping Construction

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

More information

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 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

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

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

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

More information

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

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

More information

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

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

More information

Barrow County School System

Barrow County School System Barrow County School System Boldly Committed to Student Success REQUEST FOR PROPOSALS ISSUE DATE: October 02, 2019 RFP: TREE & BRUSH REMOVAL MNT19003 ISSUING AGENCY: BARROW COUNTY SCHOOL SYSTEM* 179 WEST

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

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

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

More information

FIELD SAMPLING SERVICES & LABORATORY ANALYSIS

FIELD SAMPLING SERVICES & LABORATORY ANALYSIS LOCATION: REQUEST FOR QUOTE FOR SURFACE WATER, GROUNDWATER, AND METHANE MONITORING SERVICES AND LANDFILL COVER INSPECTION AT THE CATE ROAD LANDFILL FOR GLYNN COUNTY BOARD OF COMMISSIONERS (Inactive) Cate

More information

RP Page 1. The written proposal documents supersede any verbal or written prior communications between the parties.

RP Page 1. The written proposal documents supersede any verbal or written prior communications between the parties. RP028-17 Page 1 November 8, 2017 REQUEST FOR PROPOSAL: RP028-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified firms for the Lease, Development, Operation

More information

Town of Manchester, Connecticut General Services Department. Request for Proposal

Town of Manchester, Connecticut General Services Department. Request for Proposal Town of Manchester, Connecticut General Services Department Request for Proposal Engineering Services for Manganese Removal from Globe Hollow Treated Surface Water RFP# 17/18-34 Proposals Due: October

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 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

May 23, 2018 REQUEST FOR PROPOSAL RP014-18

May 23, 2018 REQUEST FOR PROPOSAL RP014-18 May 23, 2018 REQUEST FOR PROPOSAL RP014-18 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified consultants for the Provision of Consulting Services for

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

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

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

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

More information

MUST SUBMIT THIS PAGE WITH PROPOSAL

MUST SUBMIT THIS PAGE WITH PROPOSAL REQUEST FOR BIDS FOR THE CITY OF KEARNEY CEMETERY PUMPING STATION SUBMITTAL DUE DATE: 2:00 p.m., on Tuesday, November 15, 2018 BIDS MUST BE MAILED OR DELIVERED TO: City of Kearney, Attn: Lauren Brandt,

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

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

GWINNETT COUNTY, GEORGIA PAGE 1 BL Provision of Respite Care Services for Gwinnett County Citizens on an Annual Contract

GWINNETT COUNTY, GEORGIA PAGE 1 BL Provision of Respite Care Services for Gwinnett County Citizens on an Annual Contract GWINNETT COUNTY, GEORGIA PAGE 1 Seotember 12, 2018 INVITATION TO BID Provision of Respite Care Services for Gwinnett County Citizens on an Annual Contract The Gwinnett County Board of Commissioners is

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

All companies submitting a proposal will be notified in writing of award.

All companies submitting a proposal will be notified in writing of award. November 15, 2017 REQUEST FOR PROPOSAL RP024-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified service providers to Provide Defined Benefit and Defined

More information

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C) Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New

More information

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

COUNTY OF PRINCE EDWARD, VIRGINIA

COUNTY OF PRINCE EDWARD, VIRGINIA COUNTY OF PRINCE EDWARD, VIRGINIA Invitation for Bids For Stripping and Waxing of VCT Floors in County Courthouse Issue Date: Monday, April 20, 2009 Due Date and Time: Send Proposals To: All inquiries:

More information

SCOPE OF WORK: Insurance: Contractor shall maintain insurance policies at all times with minimum limits as follows:

SCOPE OF WORK: Insurance: Contractor shall maintain insurance policies at all times with minimum limits as follows: Request for Bids Chatham County Water Treatment Plant Filter Media Removal and Replacement (4) 160 SF Filters including replacement of all filter nozzles SCOPE OF WORK: 1. Vendor will rehab (4) 160SF Filters

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

RP Page 1. The written proposal documents supersede any verbal or written prior communications between the parties.

RP Page 1. The written proposal documents supersede any verbal or written prior communications between the parties. RP031-14 Page 1 March 17, 2016 REQUEST FOR PROPOSAL RP014-16 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified consultants to Provide Executive Search

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

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

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT

More information

RP Page 1. The written proposal documents supersede any verbal or written prior communications between the parties.

RP Page 1. The written proposal documents supersede any verbal or written prior communications between the parties. RP027-17 Page 1 September 28, 2017 REQUEST FOR PROPOSAL RP027-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified contractors to Provide On-Call SCADA

More information

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH 1. GENERAL The City of Folly Beach, South Carolina (City) requests proposals from qualified engineering firms for a Water System

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT Washington

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

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

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid. To the Board of County Commissioners of Olmsted County, Minnesota: Bidders: In accordance with the advertisement of Olmsted County inviting proposals for the furnishing and application of dust control

More information

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE Montrose County, Colorado is seeking sealed bids from qualified firms experienced in and capable of providing and

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

REQUEST FOR QUOTATION PURCHASE OF 2018 JEEP WRANGLER QUOTE NUMBER:

REQUEST FOR QUOTATION PURCHASE OF 2018 JEEP WRANGLER QUOTE NUMBER: REQUEST FOR QUOTATION PURCHASE OF 2018 JEEP WRANGLER QUOTE NUMBER: 18-0030-7 The Number Must Appear On All Quotations and Related Correspondence. Quotation must be received NOT LATER THAN 2:00 PM, on March

More information

All companies submitting a proposal will be notified in writing of award.

All companies submitting a proposal will be notified in writing of award. February 23, 2017 REQUEST FOR PROPOSAL RP005-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified consultants to Provide Examination and Testing for Protective

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) 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 Construction Service for Piedmont Community

More information

The written bid documents supersede any verbal or written prior communications between the parties.

The written bid documents supersede any verbal or written prior communications between the parties. April 03, 2019 INVITATION TO BID BL055-19 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for the Purchase and Delivery of Ready Mix Concrete

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

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

The written proposal documents supersede any verbal or written prior communications between the parties.

The written proposal documents supersede any verbal or written prior communications between the parties. November 22, 2017 REQUEST FOR PROPOSAL RP029-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified consultants for the Provision of Professional Employer

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

Proposal/Immigration Act Sheet

Proposal/Immigration Act Sheet Proposal/Immigration Act Sheet PROPOSAL FORM Recreation Pool Renovations Project Place: Crisp County Leisure Opportunities 1205 N. 5 th Street Extension Cordele, Georgia 31015 Date: Proposal of (Hereinafter

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

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES The Fayette County School District (FCSD) desires to retain the services of a professional Construction

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

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

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

More information

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

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

More information

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

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

More information

REQUEST FOR QUOTATION PURCHASE OF FOUR (4) NEW 2014/2015 CHEVROLET IMPALAS QUOTE NUMBER:

REQUEST FOR QUOTATION PURCHASE OF FOUR (4) NEW 2014/2015 CHEVROLET IMPALAS QUOTE NUMBER: REQUEST FOR QUOTATION PURCHASE OF FOUR (4) NEW 2014/2015 CHEVROLET IMPALAS QUOTE NUMBER: 14-0137-7 The Number Must Appear On All Quotations and Related Correspondence. Sealed Quotation must be received

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT

More information

The written proposal documents supersede any verbal or written prior communications between the parties.

The written proposal documents supersede any verbal or written prior communications between the parties. March 29, 2017 REQUEST FOR PROPOSAL RP011-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified contractors to provide On-Call Water and Wastewater Facility

More information

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS BIDDERS COMPANY NAME REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS Prepared by: Washtenaw County Purchasing Division Administration Building 220 N. Main, B-35

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Barry County Sheriff s Department/Jail Facility and Commission on Aging Facility Consulting Services Barry County 220 W. State St. Hastings, Michigan 49058 Prepared By: Michael

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

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

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

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

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY DIVISION OF ENGINEERING 80 West

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

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

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

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

We look forward to your bid and appreciate your interest in Gwinnett County.

We look forward to your bid and appreciate your interest in Gwinnett County. October 20, 2016 INVITATION TO BID BL002-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified suppliers for On-Call Electrical Repair, Maintenance, and Installation

More information

INVITATION TO BID (ITB)

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

More information

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 Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) 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 for Removal of Asbestos Materials October 30,

More information

Information for Proposers. 1. TAX EXEMPTION Purchase of materials for this project are exempt from Connecticut sales tax.

Information for Proposers. 1. TAX EXEMPTION Purchase of materials for this project are exempt from Connecticut sales tax. REQUEST FOR BIDS Board of Education Suffield, Connecticut June 7, 2018 Suffield High School HVAC Compressor Replacement Suffield High School 1060 Sheldon Street, West Suffield, CT 06093 You are invited

More information

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

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

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

Northside Development Corporation 410 Magnolia Street Spartanburg, SC 29303

Northside Development Corporation 410 Magnolia Street Spartanburg, SC 29303 Northside Development Corporation 410 Magnolia Street Spartanburg, SC 29303 Legal Notice Request for Proposal for Removal of Asbestos Materials in various residential structures in the Northside Neighborhood

More information

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION REQUEST FOR BIDS For RESIDENTIAL SOLID WASTE COLLECTION Bids are currently being solicited by the Talladega County Commission for curbside collection of municipal residential solid waste in the unincorporated

More information

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts The Gordon County Board of Commissioners is accepting sealed written bids from qualified vendors to provide Public Works Related Materials and Services. Bid specifications and bid forms are attached. Your

More information

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040 INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one

More information

Ware County Recreation Department 2110 Cecil Brown Drive Waycross, GA Ph: Fax:

Ware County Recreation Department 2110 Cecil Brown Drive Waycross, GA Ph: Fax: Ware County Recreation Department 2110 Cecil Brown Drive Waycross, GA 31503 Ph: 912-287-4488 Fax: 912-287-4485 INVITATION TO BID YOUTH SPORTS PHOTOGRAPHY SERVICES Sealed Bids will be received by the Ware

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

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

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL FINANCE DEPARTMENT I N V I T A T I O N T O B I D GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent BID #33-16 RECONSTRUCTION OF RETAINING

More information

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

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

More information

Invitation to Bid BOE. Diesel Exhaust Fluid

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

More information

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

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS

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 PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE SECOND FLOOR VALDOSTA, GEORGIA GENESIS EXTRACTION RESCUE TOOLS

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE SECOND FLOOR VALDOSTA, GEORGIA GENESIS EXTRACTION RESCUE TOOLS INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE SECOND FLOOR VALDOSTA, GEORGIA 31601 BID # 29-18-19 FOR: GENESIS EXTRACTION RESCUE TOOLS BID OPENING DATE: March 5, 2019 TIME:

More information