INVITATION FOR BID B For NTP LANDSCAPING SERVICES

Size: px
Start display at page:

Download "INVITATION FOR BID B For NTP LANDSCAPING SERVICES"

Transcription

1 6450 York Street - Denver, Colorado (303) Telefax (303) APRIL 17, 2018 INVITATION FOR BID B For NTP LANDSCAPING SERVICES This bid is being made available by electronic means. The bidder acknowledges and accepts full responsibility to ensure that no changes are made to the bid. In the event of conflict between a version of the bid submitted by bidder and the version maintained by the Metro District's Purchasing Division, the version maintained by the Metro District's Purchasing Division shall govern. THIS DOCUMENT CONTAINS EVENTS FOR WHICH DATES HAVE BEEN ESTABLISHED. COMPLIANCE WITH THESE DATES IS MANDATORY AND CANNOT BE WAIVED. CLOSING DATE: Friday, May 4, 2018 CLOSING TIME: 10:00 A.M. (LOCAL TIME) Contact: Kelly Cisneros Strategic Sourcing Lead (303) kcisneros@mwrd.dst.co.us Serving Greater Denver WE USE RECYCLED PAPER

2 SCOPE It is the intention of the Metro Wastewater Reclamation District (District) to issue a one-year contract for all labor, equipment and services required for landscape maintenance services the Metro District s Northern Treatment Plant (NTP). The Northern Treatment Plant is located at 51 Baseline Road, Brighton, Colorado, The contractor shall be required to perform the work in accordance with the bid specifications listed in this document. The contract period shall be from approximately May 15, 2018 through October 31, Contract(s) for these services, if awarded, shall be for a period of one (1) year. It is also a specific provision of the proposal that the Metro District and the Contractor(s) may mutually agree to renew and continue the contract consummated under this proposal for additional periods under the same terms and conditions. However, the contract, including renewals, cannot exceed five years. Direct all technical questions concerning the street sweeping to Mark Anselmo, FM Supervisor, , or manselmo@mwrd.dst.co.us. Please cc: Kelly Cisneros, Strategic Sourcing Lead, at kcisneros@mwrd.dst.co.us on all questions. Direct all questions concerning the bid process to Kelly Cisneros, Strategic Sourcing Lead, at or kcisneros@mwrd.dst.co.us. All bidders must visit Metro District s Northern Treatment Plant (NTP) at 51 Baseline Road, Brighton, Colorado prior to submitting a bid for NTP landscaping services. A Mandatory walk-through is scheduled for Wednesday, April 25, 2018 at 3:00 PM. (Local Time). All who intend to attend the mandatory walk-through must notify Kelly Cisneros via e- mail at kcisneros@mwrd.dst.co.us for plant entrance. Meet in the lobby of the Facility Support Building (#260) at 51 Baseline Road, Brighton, Colorado The successful vendor shall be required to furnish Metro District with certificates of insurance for the insurance types and limits as detailed on page 10 of this document. All bidders shall be required to complete and sign the HB1343 form on page 11 of this document and attach it as part of the bid package. All bids shall be submitted on the form provided here and uploaded online to the Rocky Mountain Bid System (BidNet) website. Hard copy bids or ed bids will not be accepted. A site map of the Northern Treatment Plant will be distributed at the walk- NOTE: through. Page 1

3 THE QUANTITY FIGURE LISTED IN THE TABLE BELOW REFLECT APPROXIMATE NUMBER OF SERVICES REQUIRED FOR THE ONE YEAR CONTRACT PERIOD. SHOW UNIT AND TOTAL PRICES FOR THE FOLLOWING ITEMS: ITEM QTY UNIT DESCRIPTION UNIT PRICE TOTAL Each Mowing at the Administration/ Visitor Building # 250 (Sec ) $ $ Each Mowing Native Grass on the Central Plant From Building 260 to 840 (Sec ) $ $ Each Mowing Native Grass around Ponds and Trail area (Sec ) $ $ 4. 4 Each Each Mowing Native Grass In Grass Lined Detention Ponds (Sec. 2.70) Trimming Including around Detention Ponds and all buildings (Sec ) $ $ $ $ 6. 6 Each Edging Same as Above (Sec ) $ $ 7. Labor Regular Rate $ 8. Labor Overtime Rate $ 9. 2 Each Lawn Fertilizing Treatment. The District shall supply the granular fertilizer. (Sec ). $ $ Each Each Weed Control for Native Grass and Detention Pond area (Sec ) Weed Control for Native Grass and Effluent Ponds and Trail Areas (Sec ) $ $ $ $ Each Weed Control for lawn area (Sec ) $ $ Each Lawn Aeration (Sec. 9.10) $ $ Page 2

4 TOTAL COST FOR ONE (1) YEAR (TOTAL Cost excludes items 6 and 7) $ SPECIFICATIONS FOR LANDSCAPING SERVICES I. OBJECTIVE OF CONTRACT WORK All labor, material and equipment to provide quality landscaping services for the Metro Wastewater Reclamation District s Northern Treatment Plant (NTP) at 51 Baseline Road, Brighton, CO The quality of service shall be of the type to make the District s landscaping appear to be neat and aesthetically pleasing. II. CONTRACT WORK Contract work is expected to include the following services: 1. The Contractor shall submit a detailed plan with the bid that includes a complete schedule showing number of hours or days maintenance personnel will be present, the type of work, supervision to be received, equipment and supplies available. The schedule shall be subject to review and approval by the District. 2. Mowing (Section ) 3. Lawn Trimming (Section ) 4. Edging (Section ) 5. Sprinkler Repair (Section ) 6. Lawn Fertilizing Treatment (Section ) 7. Weed Control for rock areas (Section ) 8. Weed Control for lawn areas (Section ) 9. Lawn Aeration (Section ) III. CONTRACT WORK SPECIFICATIONS See Sections Section 1.0 Definitions OWNER: NTP: Shall mean Metro Wastewater Reclamation District, a metropolitan sewage disposal district, duly organized and existing under Chapter 89, Article 15, of Colorado Revised Statutes Metro Wastewater Reclamation District Northern Treatment Plant located at 51 Baseline Road, Brighton, CO Page 3

5 BID: The properly executed Bid submitted by the Bidder on the form prepared and furnished by the Owner for the Work contemplated. WORK: The completion of the various parts and portion of the services in accordance with the Contract. Section 2.0 Mowing 2.10 Schedule Mowing shall be done once a week consistently each week, either Tuesday, Wednesday or Thursday. During rain conditions, mowing shall be completed the next day. Contractor shall mow weekly from May 15, 2018 through October 31, Contractor shall be given one week notice prior to any week Owner does not want mowing done Cutting Length Grass/Turf shall be cut to three inches in height or as determined by Owner. Grass/ Native shall be cut to six inches in height or as determined by Owner 2.30 Location Map will be provided to Contractors at the walk-through indicating areas of the Plant that the Contractor shall mow regularly and intermittently Clippings Clippings shall be evenly spread over the grass area using normal discharge chute(s) with all discharge chutes in the down or closed position. Clippings shall be directed away from sidewalks, roadways, trees, flowerbeds, and other non-grass areas. Grass clippings shall be removed from all sidewalks, roadways, trees, and other non-grass areas Equipment Walk behind mowers or small riders. No large tractors. Contractor shall wash all equipment tires to prevent tracking herbicides onto turf and native grasses and sharpen mower blades before each cutting. Only walk-behind mowers will be allowed to operate on the lawn of the Administration building. Mower with stand is allowable. Walk behind and small riders with stand may be used on Native grass areas to include detention pond areas, effluent pond areas and trail areas Mowing Direction and Speed Owner reserves the right to direct how the Contractor shall cut the grass. This includes controlling the direction and speed the Contractor cuts the grass Mow Native Grass Some areas to be mowed are not irrigated. These areas shall be mowed approximately four times annually, from May to October as directed by the Owner. The Owner will direct any changes to the mowing area to the Contractor. See map for areas and locations. Page 4

6 Section 3.0 Lawn Trimming 3.10 Schedule Contractor shall trim once per week consistently each week, either Tuesday, Wednesday or Thursday, from May 15, 2018 through October 31, During rain conditions, trimming shall be completed within three (3) days, if weather permits. Contractor shall be given one week notice prior to any week Owner does not want trimming done Cutting Length Grass/Turf shall be trimmed to three (3) inches in height or as determined by Owner. Grass/ Native shall be cut to six inches in height or as determined by Owner 3.30 Location Contractor shall trim grass in the same areas that are mowed. Contractor shall trim around concrete and brick structures, sign posts, tree rings, fences, sprinkler heads, and light poles Clippings Grass clippings shall be removed from all sidewalks, roadways, trees, and other nongrass areas. Section 4.0 Edging 4.10 Schedule Contractor shall edge once a month on either Tuesday, Wednesday or Thursday, from May 15, 2018 through October 31, Cutting Length Contractor s edge cut shall be less than one (1) inch from sidewalks and curbs Location Contractor shall edge along all sidewalks and curbs Edging Debris Contractor shall collect and remove all edging debris immediately after edging Equipment Contractor shall sharpen edging blades before each cutting. Section 5.0 Sprinkler Repair 5.10 No Charge Repair Care shall be taken by the Contractor to ensure that there is no damage to the District s underground sprinkler system. Sprinklers damaged by the Contractor s equipment and/or personnel shall be repaired or replaced by the Contractor immediately after each mowing at no charge to the District. The Grounds Supervisor will determine who was responsible for damaging the sprinkler system. Page 5

7 5.20 Work Request Owner may request the Contractor, on an intermittent basis, to repair damaged sprinkler heads and/or lines not damaged by Contractor s equipment and/or personnel Repair Work Contractor s repair work shall be of good quality using industry accepted repair procedures Materials All materials will be supplied by the Owner and of the same type and quality as those used on District facilities. If there are questions direct them to the Facilities Maintenance Supervisor Repair Time Contractor shall start repair work within 24 hours after the Owner s request for repair work Payment Owner s payment to Contractor shall be based on total hours for repair work, labor bid rate, and Owner s approval of completed work. Section 6.0 Lawn Fertilizing Treatment 6.10 Schedule Contractor shall fertilize lawns in two phases. The date of the first application shall be in May 2018 on a day mutually agreed upon between the Owner and the Contractor. Subsequent dates shall be scheduled by the Owner. The Owner shall supply the granular fertilizer. The Owner reserves the right to cancel any of the application phases. The Owner shall give the Contractor a one-week notice if any application phase is to be cancelled Fertilizer Loading Rates The Contractor shall apply the fertilizer at the following rates: Phase Loading Rate, lbs./1000 sq. ft To be applied as soon as practicable after snow melts and will be provided by Owner To be applied as soon as practicable after snow melts and will be provided by Owner. Section 7.0 Weed Control for Rock Areas 7.10 Schedule The contractor shall apply chemical to control weeds in all rock areas of the Plant in three phases. Care will be taken to prevent damage to trees, shrubs, flowers and sod. Liquid chemicals and sprays will not be applied during windy conditions. Pre and post Page 6

8 emergent will be added to all herbicides to improve effectiveness. The approximate dates are as follows: Phase I May 15, 2018 Phase II July 10, 2018 Phase III October 2, 2018 The Owner reserves the right to cancel any of the application phases. The Owner shall give the Contractor a one-week notice if any application phase is to be cancelled Type of Weed Killer The Contractor shall use approved weed control chemicals, such as Roundup or Surflan, and apply them at a recommended rate to achieve effective weed control. A three-day minimum temporary colorant marker dye must be used so that coverage is verifiable. Pre and post emergent will be added to all herbicides to improve effectiveness. Owner must approve chemicals and supply SDS prior to application. Section 8.0 Weed Control for Lawn Area 8.10 Schedule The contractor shall apply chemical to all lawn areas in three phases. Care will be taken to prevent damage to trees, shrubs and flowers. Liquid chemicals and sprays will not be applied during windy conditions. Pre and post emergent will be added to all herbicides to improve effectiveness. The approximate dates are as follows: Phase I May 16, 2018 Phase II July 18, 2018 Phase III August 15, 2018 The Owner reserves the right to cancel any of the application phases. The Owner shall give the contractor a one week notice if any application is to be cancelled Type of Weed Killer The contractor shall use approved weed control chemicals such as amine 2-4-D and apply them at a recommended rate to achieve effective weed control and supply SDS. Pre and post emergent will be added to all herbicides to improve effectiveness. Owner must approve chemicals prior to application. Section 9.0 Lawn Aeration 9.10 Schedule Contractor shall aerate lawns two times per year. Once in the spring and once in the fall on mutually agreed upon dates. Page 7

9 Section 10.0 Safety Safety glasses shall be worn at all times by all contractor personnel. All contractor personnel shall wear ear protection when operating landscaping equipment. All contractor personnel shall wear a hard hat and a bright safety vest in construction areas. Contractor shall supply safety glasses, ear protection, hard hats and safety vests. Page 8

10 We hereby agree to furnish the above listed items at the prices indicated and in accordance with the terms and conditions set forth above and on the attached General Terms and Conditions. Company Name: EIN: Phone Number: Fax Number: Company Address: Authorized Signature: Printed Name and Title: Address: Date: Page 9

11 INSURANCE REQUIREMENTS Original Insurance Certificates reflecting successful bidder s minimum coverage, as shown below, must be submitted to the Metro District PRIOR to commencing any work. Self-insurance by Contractors shall not be acceptable. A. Workers Compensation and Employer s Liability shall protect Contractor against all claims under applicable state workers compensation laws. Contractors shall also be protected against claims for injury, disease, or death of employees, which, for any reason, may not fall within the provisions of a workers compensation law. The liability limits shall not be less than: Workers Compensation Employer s Liability Statutory $100,000 Each Accident $500,000 Policy Limit $100,000 Each Employee B. Comprehensive Automobile Liability shall be written in comprehensive form and shall protect Contractor against all claims for injuries or death or damage to property of others arising from the use of motor vehicles, and it shall cover operation on- or off-site of all motor vehicles licensed for highway use, whether they are owned, non-owned, or hired. The liability limits shall not be less than a combined single limit of $1,000,000 each occurrence for bodily injury and property damage. C. Comprehensive General Liability shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to persons other than its employees or damage to property of the Metro District or others arising out of any act or omission of the Contractor or its agents, employees, or subcontractors. The policy shall also include protection against claims insured by usual personal injury liability coverage, a protective liability endorsement to insure the contractual liability assumed by the Contractor under the indemnification provisions in General Conditions, and Completed Operations and Products Liability coverage (to remain in force during the correction period). The liability limits shall not be less than $1,000,000 each occurrence with an annual aggregate of at least $2,000,000. Page 10

12 PROSPECTIVE CONTRACTOR'S CERTIFICATE REGARDING EMPLOYING OR CONTRACTING WITH AN ILLEGAL ALIEN From: (Contractor) To: Metro Wastewater Reclamation District 6450 York St. Denver, CO Project Name: NTP Landscaping Services Bid No. B PAR No. N/A PO No. As a prospective Contractor for the above-identified Project, Contractor does hereby certify that, as of the date of this certification, Contractor does not knowingly employ or contract with an illegal alien who will perform work on the Project and that Contractor will participate in the E- Verify Program or the Department Program [as defined in C.R.S (3.3) and (3.7)] in order to confirm the employment eligibility of all employees who are newly hired for employment to perform work on the Project. Executed this day of, 20. Contractor: By: Its: (Title) REQUESTED BY: EXPIRES: METRO USE ONLY Kelly Cisneros 12/31/2018 Page 11

13 GENERAL TERMS AND CONDITIONS 1. Bids must be signed by a duly authorized official for the bidding company. 2. Bids may only be withdrawn on written or telegraphic request prior to the time fixed for the opening. All bids will otherwise be considered to be firm and open to acceptance or rejection for a period of 75 days from the date of opening. 3. The Metro District reserves the right to reject any and all proposals, to waive any informalities or irregularities in the proposals received and to accept the proposal from the lowest responsible bidder affording the greatest economy to the Metro District. 4. Property which, upon delivery, or work which upon completion, does not meet the specifications, and standards prescribed herein, or property which has been damaged in transit, may be rejected by the Metro District at the bidder s risk and expense. 5. When a bid asks for a certain article or other equal thereto and the bidder intends to furnish an article which he considers equal to the one named, he must specify in his bid the trade name and the grade of such article, together with such engineering data and technical literature as may be required by the Metro District. 6. When the words no substitute are used in the description of article, quotations will be accepted only on the article described. 7. All disputes concerning grades and quality of merchandise or work shall be determined by the Manager of the Metro District, or other properly authorized persons. 8. The Metro District is exempt from all Federal taxes under the provisions of Internal Revenue Code Sections 4221 and 4222, and from all Colorado state and municipal sales and use taxes on direct purchases (Identifications Number ) under provisions of Title 39, Article 26, Part 7, C.R.S. Contractor is responsible for all permits, licenses, sales and use taxes assessed by Commerce City on work performed at the Robert W. Hite Treatment Facility. 9. The Metro District operates under and must comply with the Colorado Open Records Act, as part of normal procedures. Proprietary information must be identified and will be protected from disclosure to the extent permitted by law. 10. In compliance with the Colorado Open Records Act, Expired posting can be reviewed or obtained by contacting the Metro District s Records Management staff at (303) , located at 6450 York Street, Denver, Colorado The Metro District does not charge a fee for research and retrieval of records where the time to research and retrieve the records does not exceed 60 minutes of Metro District staff time. Time in excess of 60 minutes will be charged at the rate of $25.00 per hour. Where an individual or entity has made multiple requests for inspection of records within a 30-day period, the individual or entity shall only be entitled to 60 minutes of free search and retrieval within that 30 days. Additional time spent on search requests will be charged for the full amount of search time at $25.00 per hour. Except as set forth below, the Metro District will provide the first ten pages copied free of charge. Thereafter, the charge shall be $0.25 per page, unless actual costs exceed that amount. Where an individual or entity has made multiple requests for inspection of records within a 30-day period, the individual or entity shall only be entitled to a total of 10 free copies within that 30 days. All other copies will be charged at $0.25 per page. 11. On the Bid form provided here, the unit price of each item must be given in the column headed Unit Price. This must be for the particular unit of measurement specified in the column headed Unit. In case of error in extension of prices, the unit price will govern. All prices must be extended and totaled, unless stated otherwise. 12. The Metro District s goal is to maintain a safe work environment. No intimidation, threats or violent acts will be tolerated. This zero tolerance extends to not only Metro District employees but also persons connected with Metro District business including contractors, vendors, and any other individuals who interact with Metro District employees. Unacceptable acts include, but are not limited to, intimidating, threatening, or hostile behaviors; physical abuse; vandalism, arson, sabotage; use of firearm or other weapon; carrying a firearm or other weapon onto Metro District property; or any other act which in management s opinion is inappropriate to the workplace. In addition, offensive comments regarding violent events and/or behavior are not tolerated. 13. The Metro District has heightened its security measures, including the initiation of property search. The Metro District reserves the right to conduct inspection of personal property, such as purses, briefcases, lunch boxes, and vehicles of contractors and visitors to the Metro District. The necessity of a search will be determined with discretion, and only when necessary, to protect the Metro District s best interests. Any unauthorized article discovered may be confiscated and, if appropriate, turned over to a law enforcement representative. 14. When a date or dates are set for the delivery of property, delivery must be made on or before the date or dates called for herein, or the Metro District will have the right to cancel the contract for the purchase of the property and to purchase equivalent property at market prices for immediate delivery and hold the bidder liable for any increase in the price over and above the prices offered herein. 15. The bidder will protect, defend, and save harmless the Metro District against any demand for payment for the use of any patented material, process, device or article that may enter into the manufacture, construction or form any part of the property covered by this offer, and the bidder will further indemnify and save harmless the Metro District, its officers, agents and employees from any claims, Page 12

14 suits or actions of any nature growing or arising out of the acceptance of this offer or the exercise of any rights under the contract for sale created thereby. 16. Payment for all items shall be made within 30 days after delivery to and acceptance by the Metro District. 17. The Metro District is committed to foster and maintain an environment of equal opportunity for all firms in compliance with all applicable federal, state and local laws. In addition, the District requires that all vendors, contractors, and subcontractors doing business with the District agree to a similar provision with respect to equal opportunity. 18. Except where otherwise expressly stated in these contract documents, all terms herein employed shall have the same definition as set forth in the Uniform Commercial Code as adopted by the State of Colorado in Title 4, Article Contractor shall comply with all applicable laws, regulations and administrative rulings of the Federal, State and Local governments and the rules, policies and procedures of the Metro Wastewater Reclamation District. Except where otherwise expressly required by applicable laws and regulations, Owner shall not be responsible for monitoring Contractor s compliance with any laws and regulations. If Contractor performs any work knowing or having reason to know that it is contrary to laws or regulations, Contractor shall defend, indemnify and hold harmless the Metro District from all claims, costs, losses and damages caused by, arising out of or resulting therefrom. 20. Contractor shall secure all necessary licenses and permits in connection with the Contract resulting from this bid. 21. Trade discounts (i.e., deductions from the list price of goods) shall be computed by the bidder into the unit and extended prices for each line item before these prices are entered in the appropriate columns of this form. The Metro District will not assume responsibility for making these computations. 22. Cash discounts (i.e., deductions from total invoiced amounts for payment of bills within specified time limits) quoted for periods of less than thirty (30) calendar days from the date the invoice is received by the Metro District will not be considered in the evaluation of any proposal. 23. No contract will be awarded to any person, firm or corporation that is in arrears to the Metro District, upon debt or contract or that is a defaulter, as surely or otherwise, upon obligation to the Metro District, or that may be deemed irresponsible or unreliable by the Manager of the Metro District. 24. All participating bidders, by their signature thereunder, shall agree to comply with all of the conditions, requirements, and instructions of this bid as stated or implied herein. Should the Metro District omit anything from the bid which is necessary to a clear understanding of this bid, or should it appear that various instructions are in conflict, the bidder shall secure written instructions from the Manager of the Metro District at least forty-eight (48) hours prior to the time and date of the bid opening. 25. Non-Collusive Bidding Certification: By the submission of this bid, the bidder certifies that: a. The bid has been arrived at by the bidder independently and has been submitted without collusion with any other bidder; and b. The contents of the bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith, and will not be communicated to any such person prior to the official opening of the bid. 26. The Contractor shall not assign, transfer, convey, or otherwise dispose of this contract, or any right, title or interest in or to the same, or of any part hereof, without the previous consent in writing, of the District, and the Contractor shall not assign, by power of attorney or otherwise, any of the monies to become due and payable under this contract, unless by and with the like consent signified in like manner. 27. Visitor Identification Check The Metro District, a political subdivision of the State of Colorado, has the authority to adopt reasonable orders, rules and regulations regarding limitations and restrictions on the use of its public buildings and property, as to time, manner, or permitted activities. The Metro District may prohibit any activity or conduct in its public buildings or property, which may reasonably be expected to interfere with Metro District employees or with Metro District business. The U.S. President s National Strategy for Homeland Security has identified Water and Wastewater Utilities as Critical Infrastructures. One of the Water sector security initiatives involves tighter physical security of facilities. The purpose of any identification check is to ensure the proper identity of the person attempting entry. That means that the identity media must be trustworthy and include a current picture of the holder. It must also originate from a reliable agency. As an added measure of security, operators of motor vehicles requesting entry must have in their possession a valid U.S. state or International driver s license. Below are examples of the valid Law Enforcement verifiable pictured documents required for entry: U.S. State Driver s License U.S. State Identification Card Immigration Identification documents (as identified in INS Reference Guides M-396 and 93R-01) Valid Passports U.S. Military Identification Card International Driver s License Page 13

15 Examples of unacceptable identification documents: Foreign driver s license Matricula Consular Cards Any document without a picture Altered or expired documents Identification documents issued by private entities, or other government identification cards, e.g. Lockheed-Martin, Adolph Coors Co., EPA, CDPHE, C&C Denver, etc. Notwithstanding the above examples, the Metro District, in its sole discretion, may accept any identification document that it determines is sufficiently reliable to verify the individual s identity. 28. The obligation to provide further services under a contract as a result of this bid may be terminated by either party upon seven days written notice in the event of substantial failure by the other party to perform in accordance with the terms hereof through no fault of the terminating party. 29. ILLEGAL ALIENS AND PUBLIC CONTRACT FOR SERVICES (Effective May 14, 2008) A. Contractor shall not: (i) (ii) Knowingly employ or contract with an illegal alien to perform work under this Contract; or Enter into a contract with a subcontractor that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract. B. Contractor has confirmed the employment eligibility of all employees who are newly hired for employment to perform work under the Contract through participation in the E-Verify Program or the Department program (as defined in C.R.S (3.3) and (3.7)). C. Contractor shall not use the E-Verify Program or the Department program procedures to undertake pre-employment screening of job applicants while this Contract is being performed. D. If Contractor obtains actual knowledge that a subcontractor performing work under this Contract knowingly employs or contracts with an illegal alien, Contractor shall: (i) (ii) Notify the subcontractor and the Metro District within three days that Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and Terminate the subcontract with the subcontractor if within three days of receiving the required notice pursuant to subparagraph D(i), the subcontractor does not stop employing or contracting with the illegal alien; except that Contractor shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. E. Contractor shall comply with any reasonable request by the Department of Labor and Employment made in the course of an investigation that the Department is undertaking pursuant to C.R.S (5). F. Notwithstanding any other provision of this Contract to the contrary, Contractor acknowledges that in the event Contractor violates any of the provisions of the foregoing subparagraphs A E, the Owner may terminate this Contract for breach of contract. If this Contract is so terminated, Contractor shall be liable for actual and consequential damages to the Owner. G. A Contractor that operates as a Sole Proprietor hereby swears of affirms under penalty of perjury that the Contractor (i) is a citizen of the United States or otherwise lawfully present in the United States pursuant to federal law, (ii) shall comply with the provisions of CRS et seq, and (iii) shall produce one of the forms of identification required by CRS prior to the effective date of this Contract. Except where exempted by federal law and except as provided in CRS (3), a Contractor that receives federal or state funds under this contract must confirm that any individual natural person eighteen years of age or older is lawfully present in the United States pursuant to CRS (4) if such individual applies for public benefits provided under this contract. ACCEPTABLE IDENTIFICATION DOCUMENTS FOR IMMIGRATION STATUS Page 14

16 1. A valid Colorado driver s license or a Colorado I.D. Card as defined in the following: a. A current Colorado driver s license; or b. A minor s Colorado driver s license; or c. A probationary Colorado driver s license; or d. A commercial Colorado driver s license; or e. A restricted Colorado driver s license; or f. A Colorado instruction permit or an identification card. 2. A United States Military Card or Military Dependent s card; or 3. A United States Coast Guard Merchant Mariner card; or 4. A Native American Tribal Document Page 15

Invitation for Bid Re-Advertisement. Mowing, and Grounds Cleanup Services. IFB Number:

Invitation for Bid Re-Advertisement. Mowing, and Grounds Cleanup Services. IFB Number: Invitation for Bid Re-Advertisement Mowing, and Grounds Cleanup Services IFB Number: 17-0010 Response Deadline: 4:00 P.M. (EST), Tuesday, September 5, 2017 Responses will be opened on this date and time

More information

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013 BID INVITATION (THIS IS NOT AN ORDER) FROM: FINANCE DEPARTMENT DATE: SEPTEMBER 27, 2013 CITY OF WEATHERFORD BID NUMBER: 2014-001 P.O. BOX 255 BID TITLE: HIGHWAY MOWING & LITTER PICK-UP WEATHERFORD, TX.

More information

CITY OF JASPER, ALABAMA P. O. Box th Street West Jasper, Alabama 35502

CITY OF JASPER, ALABAMA P. O. Box th Street West Jasper, Alabama 35502 CITY OF JASPER, ALABAMA P. O. Box 1589 400 19 th Street West Jasper, Alabama 35502 Date: January 29, 2018 Bids to be opened at 11:00 Date: February 28, 2018 To Whom It May Concern: Sealed bids will be

More information

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

More information

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

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

More information

SOLICITATION FOR CONTINUING SERVICES CS # Lot Clearing-Code Enforcement

SOLICITATION FOR CONTINUING SERVICES CS # Lot Clearing-Code Enforcement INTRODUCTION SOLICITATION FOR CONTINUING SERVICES CS # 15-134 Lot Clearing-Code Enforcement Polk County, a political subdivision of the State of Florida, seeks the submittal of information from vendors

More information

City of St. Clair. Request for Proposals. (Lawn Maintenance Services)

City of St. Clair. Request for Proposals. (Lawn Maintenance Services) City of St. Clair Request for Proposals (Lawn Maintenance Services) SCOPE OF WORK The City of St. Clair (herein referred to as City ) is seeking to retain a contractor for general lawn maintenance services.

More information

TOWN OF TYNGSBOROUGH

TOWN OF TYNGSBOROUGH TOWN OF TYNGSBOROUGH 25 Bryants Lane Tyngsborough, MA 01879 Tel: 978 649-2300 Ext. 150 Fax: 978 649-2320 E-mail: apage@,tvngsboroughma.gov TOWN OF TYNGSBOROUGH INVITATION FOR QUOTES 1. Purpose. The Town

More information

Landscaping Services - Request for Quotations

Landscaping Services - Request for Quotations Landscaping Services - Request for Quotations Public Utility District No. 1 of Thurston County (District) is seeking quotations from qualified parties to provide landscaping services at its Lacey office

More information

2014 COMMON AREA GROUNDS MAINTENANCE AGREEMENT Neighborhood Association

2014 COMMON AREA GROUNDS MAINTENANCE AGREEMENT Neighborhood Association 2014 COMMON AREA GROUNDS MAINTENANCE AGREEMENT Neighborhood Association This agreement is made by and between (Contractor) and the Neighborhood Association (Neighborhood) for the calendar year January

More information

Request for Proposal. For. Grounds Maintenance Services

Request for Proposal. For. Grounds Maintenance Services Request for Proposal For Grounds Maintenance Services ALL PROPOSALS MUST BE ADDRESSED AND SUBMITTED TO: Jasmine Privott, Director of Housing Operations Deerfield Beach Housing Authority 533 S. Dixie Highway,

More information

Franklin Redevelopment and Housing Authority

Franklin Redevelopment and Housing Authority Franklin Redevelopment and Housing Authority REQUEST FOR PROPOSAL LAWN CARE AND MAINTENANCE SERVICES RFP 20140407 The Franklin Redevelopment and Housing Authority (FRHA) is currently accepting proposals

More information

INVITATION TO BID Lawn and Landscape Maintenance Services Town of Palm Beach Shores

INVITATION TO BID Lawn and Landscape Maintenance Services Town of Palm Beach Shores INVITATION TO BID Lawn and Landscape Maintenance Services Town of Palm Beach Shores The Town of Palm Beach Shores desires to engage the services of an individual or business entity to provide lawn and

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

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 PROPOSAL. To Provide. Professional Design Services. For. GORE VALLEY TRAIL IMPROVEMENTS Chamonix Road to Matterhorn Circle

REQUEST FOR PROPOSAL. To Provide. Professional Design Services. For. GORE VALLEY TRAIL IMPROVEMENTS Chamonix Road to Matterhorn Circle REQUEST FOR PROPOSAL To Provide Professional Design Services For GORE VALLEY TRAIL IMPROVEMENTS Chamonix Road to Matterhorn Circle Town of Vail Department of Public Works Vail, Colorado REQUEST FOR PROPOSALS

More information

PO BOX 2619 Ventnor, NJ 08406

PO BOX 2619 Ventnor, NJ 08406 PO BOX 2619 Ventnor, NJ 08406 Dear Landscape Professional: Enclosed please find the Landscape specifications for you. Please submit your proposal on our form by mail or fax to 609-348-1769 Please submit

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

REQUEST FOR PROPOSAL FOR LAWN MAINTENANCE SERVICES

REQUEST FOR PROPOSAL FOR LAWN MAINTENANCE SERVICES GREEN BAY METROPOLITAN SEWERAGE DISTRICT REQUEST FOR PROPOSAL FOR LAWN MAINTENANCE SERVICES 2019 Green Bay, Wisconsin September 2018 A. INTRODUCTION The Green Bay Metropolitan Sewerage District (GBMSD),

More information

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 A. Introduction Great Parks of Hamilton County (GPHC) is requesting proposals to apply mulch

More information

Right to Refuse The City of Coralville reserves the right to reject any and all bids and to waive any technicalities in the bidding process.

Right to Refuse The City of Coralville reserves the right to reject any and all bids and to waive any technicalities in the bidding process. City of Coralville Coralville Parks & Recreation Invitation to Bid Turf and Horticulture Contract The City of Coralville seeks qualified bidders for a maintenance contract related to contract mowing, tree,

More information

CRAFT FARMS LANDSCAPE SERVICE CONTRACT

CRAFT FARMS LANDSCAPE SERVICE CONTRACT This Contract is between Mack s Landscaping and Lawn Care LLC (Bidder) and the Craft Farms Property Owners Assocation (CFPOA) (Owner). This contract provides for the total scheduled lawn and landscape

More information

BID PROPOSAL FORM Lawn Care Bid Specifications

BID PROPOSAL FORM Lawn Care Bid Specifications BID PROPOSAL FORM Lawn Care Bid Specifications Must be received at or before: 1:00 p.m., March 4, 2019 The Wyalusing School District is receiving sealed bids for lawn care on school property for the April

More information

CITY OF TRAVELERS REST, SOUTH CAROLINA INVITATION FOR BIDS

CITY OF TRAVELERS REST, SOUTH CAROLINA INVITATION FOR BIDS CITY OF TRAVELERS REST, SOUTH CAROLINA INVITATION FOR BIDS FOR Landscape Services The City of Travelers Rest, South Carolina is seeking competitive bids from qualified companies to provide the City with

More information

TELL CITY TROY TOWNSHIP SCHOOL CORPORATION SPECIFICATIONS FOR LAWN CARE CONTRACT 2015 through 2016

TELL CITY TROY TOWNSHIP SCHOOL CORPORATION SPECIFICATIONS FOR LAWN CARE CONTRACT 2015 through 2016 TELL CITY TROY TOWNSHIP SCHOOL CORPORATION SPECIFICATIONS FOR LAWN CARE CONTRACT 2015 through 2016 GENERAL STATEMENTS Each bidder is responsible to inspect all school buildings and sites to be familiar

More information

CRAFT FARMS LANDSCAPE SERVICE CONTRACT

CRAFT FARMS LANDSCAPE SERVICE CONTRACT This Contract is between Tree Of Life, Inc. (Bidder) and the Craft Farms Property Owners Assocation (CFPOA) (Owner). This contract provides for the total scheduled lawn and landscape maintenance services

More information

AGENCY-WIDE LAWN MAINTENANCE

AGENCY-WIDE LAWN MAINTENANCE AGENCY-WIDE LAWN MAINTENANCE REQUEST FOR PROPOSALS RFP #2014-01 FRANKLIN HOUSING AUTHORITY An Equal Opportunity Employer An Equal Housing Provider The Franklin Housing Authority is soliciting proposals

More information

REQUEST FOR PROPOSALS FOR LEGAL SERVICES OUTSIDE COUNSEL. (Transmitted via ) FOR THE METRO WASTEWATER RECLAMATION DISTRICT

REQUEST FOR PROPOSALS FOR LEGAL SERVICES OUTSIDE COUNSEL. (Transmitted via  ) FOR THE METRO WASTEWATER RECLAMATION DISTRICT REQUEST FOR PROPOSALS FOR LEGAL SERVICES AS OUTSIDE COUNSEL (Transmitted via Email) FOR THE METRO WASTEWATER RECLAMATION DISTRICT November 2017 Contact: Mickey Conway 303-286-3148 mconway@mwrd.dst.co.us

More information

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

More information

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

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

More information

Bid Schedule. Contract for Mowing Services TOWN HALL AND NON-PARK PROPERTY SCHEDULE ANNUAL SCHEDULE Mows STREET MEDIANS AND EASEMENTS

Bid Schedule. Contract for Mowing Services TOWN HALL AND NON-PARK PROPERTY SCHEDULE ANNUAL SCHEDULE Mows STREET MEDIANS AND EASEMENTS Bid Schedule Contract for Mowing Services TOWN HALL AND NON-PARK PROPERTY: MOWING OF WEEDS AND GRASS ON GROUNDS WITHIN THE CORPORATE LIMITS OF THE TOWN OF SUNNYVALE, per all terms, conditions and specifications

More information

PROPOSAL FOR STREET SWEEPING SERVICES

PROPOSAL FOR STREET SWEEPING SERVICES 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017-2018 STREET SWEEPING SERVICES BID OPENING: Thursday, April 27, 2017 at 10:00 a.m. BOARD OF COUNTY

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m. PUR666 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE September 2, 2015 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide

More information

Hillview Branch Library 155 Terry Blvd. Hillview, KY (Note: This property also includes a large back yard with a pavilion and walking trail)

Hillview Branch Library 155 Terry Blvd. Hillview, KY (Note: This property also includes a large back yard with a pavilion and walking trail) Request for Proposal Bullitt County Public Library ( the Library ) will be issuing a 12-month contract for lawn care and landscaping starting April 2018. The Library will be accepting individual bids on

More information

River Valley Community College shall have the right to terminate the contract at any time by giving the Contractor a thirty (30) day written notice.

River Valley Community College shall have the right to terminate the contract at any time by giving the Contractor a thirty (30) day written notice. RVC13-06 REQUEST FOR PROPOSAL FOR LAWN CARE CLAREMONT AND/OR KEENE River Valley Community College One College Drive, Claremont, NH 03743 (Main Campus) 438 Washington Street, Keene, NH 03431 (Academic Center)

More information

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

More information

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

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

More information

CITY OF PORTLAND, TEXAS

CITY OF PORTLAND, TEXAS REQUEST FOR PROPOSAL CITY OF PORTLAND, TEXAS GROUNDS AND LANDSCAPING MAINTENANCE CITY OF PORTLAND MUNICIPAL BUILDINGS CITY OF PORTLAND, TEXAS Due Date: 1900 Billy G. Webb Drive October 7, 2014 Portland,

More information

2013 COFFEYVILLE AIRPORT MOWING PROPOSAL

2013 COFFEYVILLE AIRPORT MOWING PROPOSAL 2013 COFFEYVILLE AIRPORT MOWING PROPOSAL The City of Coffeyville is accepting proposals for finish mowing and bush hog mowing for the April 2013 through October 2013 growing season. Areas to be mowed are

More information

St. George CCSD #258

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

More information

LAWN CARE BID PACKAGE

LAWN CARE BID PACKAGE GRAND RAPIDS HOUSING COMMISSION LAWN CARE BID PACKAGE TABLE OF CONTENTS Page INVITATION TO BID 2 GENERAL CONDITIONS, INSTRUCTIONS, & INFORMATION. 2 GENERAL SCOPE OF WORK.. 4 SITE SPECIFIC REQUIREMENTS...

More information

2019 GROUNDS MAI NTENANCE M OWI WATE R TREATMENT PLANT AND VAR I OUS LO CATI ONS NEAR THE AUSTI NVI LLE WATE R TREATMENT PLANT SPECIFICATIONS

2019 GROUNDS MAI NTENANCE M OWI WATE R TREATMENT PLANT AND VAR I OUS LO CATI ONS NEAR THE AUSTI NVI LLE WATE R TREATMENT PLANT SPECIFICATIONS NEW RIVER REGIONAL WATER AUTHORITY 2019 GROUNDS MAI NTENANCE M OWI NG @ WATE R TREATMENT PLANT AND VAR I OUS LO CATI ONS NEAR THE AUSTI NVI LLE WATE R TREATMENT PLANT SPECIFICATIONS 2/27/2019 PREPARED

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

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 July 13, 2012 Ladies and Gentlemen: The City of Peachtree City will be accepting

More information

Citylink Bus Maintenance Facility Exterior Maintenance

Citylink Bus Maintenance Facility Exterior Maintenance Invitation to Bid Project No. ID-2016-012-00, 2014/2015 Tribal Transit Program Bids will be received by the Citylink Public Transit System at the Citylink Bus Maintenance Facility, located at 420 12 th

More information

REQUEST FOR PROPOSALS LANDSCAPING AND GROUND MAINTENANCE CONTRACT NORTH OGDEN CITY CORPORATION

REQUEST FOR PROPOSALS LANDSCAPING AND GROUND MAINTENANCE CONTRACT NORTH OGDEN CITY CORPORATION REQUEST FOR PROPOSALS LANDSCAPING AND GROUND MAINTENANCE CONTRACT NORTH OGDEN CITY CORPORATION RECEIPT OF PROPOSALS: North Ogden City is requesting proposals for LANDSCAPING AND GROUNDS MAINTENANCE CONTRACTS.

More information

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) THIS MASTER PURCHASE AGREEMENT (this Agreement ) is made and entered into this day of, 201 (the Effective Date ), by and between

More information

TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # Enhanced Code Enforcement Officer

TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # Enhanced Code Enforcement Officer TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # 17-002 Enhanced Code Enforcement Officer INTRODUCTION Town of Eatonville, a municipality of the State of Florida, seeks the submittal of

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

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

LAWN CARE River Valley Community College One College Drive Claremont, NH

LAWN CARE River Valley Community College One College Drive Claremont, NH RVC18-02 REQUEST FOR PROPOSAL FOR LAWN CARE River Valley Community College One College Drive Claremont, NH 03743 www.rivervalley.edu PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to provide the

More information

REQUEST FOR QUOTE (RFQ) MOWING SERVICES AND GROUNDS MAINTENANCE US 290 BUSINESS PARK

REQUEST FOR QUOTE (RFQ) MOWING SERVICES AND GROUNDS MAINTENANCE US 290 BUSINESS PARK REQUEST FOR QUOTE (RFQ) MOWING SERVICES AND GROUNDS MAINTENANCE US 290 BUSINESS PARK Quote Due: Thursday August 30, 2012 10 A.M. QUOTE MAY BE DELIVERED TO: City of Brenham Purchasing Services 200 West

More information

QUOTATION ONLY -- NOT AN ORDER

QUOTATION ONLY -- NOT AN ORDER QUOTATION ONLY -- NOT AN ORDER CONTRACTOR: DATE: September 11, 2018 NOTE: RE: Quotations must be received by 1:00 p.m., September 21, 2018 Pacific Daylight Time, to be considered. INSTALLATION OF UNDGROUND

More information

CITY OF NIAGARA FALLS, NEW YORK

CITY OF NIAGARA FALLS, NEW YORK CITY OF NIAGARA FALLS, NEW YORK REQUEST FOR BIDS BID #05-12 Bids on items as specified herein will be accepted at City Hall until 11:00 A.M., and opened at 11:00 A.M. on March 20, 2012. Bidders must state

More information

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information

INVITATION TO BID (ITB)

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

More information

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES 1. GENERAL STATEMENT OF PURPOSE Scott County is soliciting proposals for the services of a qualified contractor to perform a general reassessment

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

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS BOARD OF EDUCATION 1 COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS The Board of Education of the Depew Union Free School District hereby invites the submission of sealed bids

More information

FULTON PUBLIC SCHOOL DISTRICT Property Mowing Services. -Request of Proposals (RFP) & Contract Documents-

FULTON PUBLIC SCHOOL DISTRICT Property Mowing Services. -Request of Proposals (RFP) & Contract Documents- FULTON PUBLIC SCHOOL DISTRICT 2019 Property Mowing Services -Request of Proposals (RFP) & Contract Documents- 1 TABLE OF CONTENTS Table of Contents 2 Notice to Bidders 3 Instructions to Bidders 4 Certification

More information

NOTICE TO BIDDERS CITY OF PINEY POINT VILLAGE MOWING SERVICES

NOTICE TO BIDDERS CITY OF PINEY POINT VILLAGE MOWING SERVICES NOTICE TO BIDDERS CITY OF PINEY POINT VILLAGE MOWING SERVICES Sealed bids for MOWING SERVICES of the City s rights-of-way will be received until 3:00 p.m., April 19, 2018, in the Office of the City Secretary,

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

CITY OF DAPHNE P.O. BOX MAIN STREET DAPHNE, ALABAMA 36526

CITY OF DAPHNE P.O. BOX MAIN STREET DAPHNE, ALABAMA 36526 CITY OF DAPHNE P.O. BOX 400 1705 MAIN STREET DAPHNE, ALABAMA 36526 RECYCLED CRUSHED CONCRETE AGGREGATE BID DOCUMENT #2018-L RECYCLED ROCK MATERIAL SUBMIT TWO (2) COPIES OF BID SUBMITTAL (One Original &

More information

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

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

More information

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding PUR413 May 22, 2013 MANDATORY PRE-BID MEETING JUNE 06, 2013 VEGETATION Center Grinding Time: We are pleased to invite your company to a mandatory pre-bid meeting on June 06, 2013 @ 10:00 A.M. SHARP! Late

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

OFFICE OF THE SUMMIT COUNTY SHERIFF

OFFICE OF THE SUMMIT COUNTY SHERIFF OFFICE OF THE SUMMIT COUNTY SHERIFF 970-453-2474 fax 970-453-7329 REQUEST FOR PROPOSAL 2018 VEHICLE TOWING CONTRACT FOR SUMMIT COUNTY, COLORADO Release Date: November 3, 2017 Closing Date: November 24,

More information

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL KNOWLEDGE PARK TRAFFIC CIRCLE LANDSCAPING. MANDATORY PRE-BID MEETING March 30, 2017 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL KNOWLEDGE PARK TRAFFIC CIRCLE LANDSCAPING. MANDATORY PRE-BID MEETING March 30, 2017 at 10:00 AM PUR847 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL KNOWLEDGE PARK TRAFFIC CIRCLE LANDSCAPING MANDATORY PRE-BID MEETING March 30, 2017 at 10:00 AM The City of Rock Hill, South Carolina is seeking

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Lawn Care Maintenance Services Academy for Classical Education 5665 New Forsyth Rd. Macon, Georgia 31210 PROPOSAL SUBMISSION DEADLINE IS 5:00PM EDT, FRIDAY, MAY 15, 2017 TABLE OF

More information

Request for Proposal for Lawn Services

Request for Proposal for Lawn Services Request for Proposal for Lawn Services The Harriman Utility Board (HUB), is seeking proposals from qualified lawn care professionals to perform lawn care and landscaping maintenance of selected HUB properties.

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

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

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

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Tracy Yogman Commissioner Mark Zulli Deputy Commissioer City of New Rochelle

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

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES INTRODUCTION A. Overview The Sullivan County Land Bank Corporation ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to obtain Accounting

More information

Berrysburg Borough Contract Specifications for Lawn Mowing and Maintenance of the Borough Square

Berrysburg Borough Contract Specifications for Lawn Mowing and Maintenance of the Borough Square Berrysburg Borough Contract Specifications for Lawn Mowing and Maintenance of the Borough Square It is the intent of the Borough to contract for mowing and maintenance services for the Borough Square areas

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

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

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

England s Pleasant View Homeowner s Association REQUEST FOR PROPOSALS

England s Pleasant View Homeowner s Association REQUEST FOR PROPOSALS England s Pleasant View Homeowner s Association PO Box 16651 Missoula, MT 59808 Email: groundscommittee@pleasantviewhomes.org REQUEST FOR PROPOSALS Snow Removal Services Issued on: September 4 th, 2013

More information

GREENSBORO HOUSING AUTHORITY REQUEST FOR PROPOSALS LANDSCAPING AND LAWN MAINTENANCE SERVICES

GREENSBORO HOUSING AUTHORITY REQUEST FOR PROPOSALS LANDSCAPING AND LAWN MAINTENANCE SERVICES GREENSBORO HOUSING AUTHORITY REQUEST FOR PROPOSALS LANDSCAPING AND LAWN MAINTENANCE SERVICES LOCATION: Central Maintenance Property 1005 South Eugene Street Greensboro, NC 27406 May 2015 GREENSBORO HOUSING

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

PURCHASE ORDER ACKNOWLEDGEMENT

PURCHASE ORDER ACKNOWLEDGEMENT PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information

INVITATION FOR BIDS. Owner: Rockwood Electric Utility

INVITATION FOR BIDS. Owner: Rockwood Electric Utility INVITATION FOR BIDS Sealed bids from qualified, licensed contractors will be accepted and publicly read on Thursday, February 16,2017 at 10:00 a.m. at the Rockwood Electric Utility (REU) office building,

More information

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County It is the intent of these specifications to solicit a unit price bid per square foot for the furnishing

More information

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

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

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR PROPOSALS

More information

Specifications for Contract of Lawn Maintenance Mowing at Georgetown Township Properties. Bid Package # through 2019

Specifications for Contract of Lawn Maintenance Mowing at Georgetown Township Properties. Bid Package # through 2019 Specifications for Contract of Lawn Maintenance Mowing at Georgetown Township Properties Bid Package #2 2018 through 2019 It is the intent of Georgetown Township (Township) to contract services to maintain

More information

Request for Proposal Automobile Driver Education Services RFP #

Request for Proposal Automobile Driver Education Services RFP # Putnam Valley Central School District Request for Proposal Automobile Driver Education Services RFP #2018-19-03 Proposal Submission Due: Monday, June 11, 2018 at 2:00 PM Submit Proposal to the Attention

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

PROPOSAL LIQUID CALCIUM CHLORIDE

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

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91

More information

Landscaping and Mowing. City of Ranson, West Virginia

Landscaping and Mowing. City of Ranson, West Virginia Project Manual and Request for Proposals Landscaping and Mowing City of Ranson, West Virginia Mandatory Pre-Bid Meeting: Bids Close: January 7, 2016 @ 10:00 a.m. Ranson City Hall 312 S. Mildred Street

More information

VACANT/ABANDONED PROPERTY GRASS CUTTING Request for Proposals

VACANT/ABANDONED PROPERTY GRASS CUTTING Request for Proposals VACANT/ABANDONED PROPERTY GRASS CUTTING Request for Proposals CITY OF FAIRFIELD BUILDING & ZONING DIVISION 5350 PLEASANT AVENUE FAIRFIELD, OH 45014 (513) 867-5318 FAX: (513) 867-5310 Job Description: Grass

More information