Alabama State Port Authority
|
|
- John Francis
- 5 years ago
- Views:
Transcription
1 To: Prospective Bidders Date: Feb Please procure the following and deliver to the address below: Delivery of Proposal Alabama State Port Authority Locations as Identified Below in NOTES#1 Delivery of Work Alabama State Port Authority Technical Services Division Admin. Bldg., Room 216 Mobile, AL Description of Work This Requisition solicits proposals for the repairs of two separate bridges. The scope of the repairs for each bridge is listed as a separate project. The first project is for the repair of the Three Mile Creek railroad bridge. The second project is for the repairs of the Bay Bridge Road Viaduct. Work will be in accordance with the requirements stated herein, attached Scope of Work Specifications, and applicable State of Alabama Laws. The work consists principally of providing bonds, labor, materials, equipment, insurance, and supervision necessary for performing the fender system and structural repairs on the Three Mile Creek bridge and the concrete and steel repairs on the Bay Bridge Road Viaduct as indicated in the contract documents. The two project sites are located north of the Alabama State Port Authority Main Docks Complex in Mobile, Alabama. A mandatory pre bid meeting is scheduled for Thursday March 3, 2011 at 10:00 a.m. at the Three Mile Creek railroad bridge south approach. All Contractors submitting bids are to carefully examine the site of the proposed work by appointment only and thoroughly review the contract requirements prior to submission of a bid proposal. Each Bidder shall satisfy oneself as to the character, quality, and quantities of work to be performed, and as to the requirements of the proposed contract. The submission of a proposal shall be proof that the bidding Contractor has made such examination and is satisfied as to the conditions to be encountered in Performing the work and as to the requirements of the proposed contract. All bidding Contractors must hold a current license from the State Licensing Board of General Contractors, Montgomery, AL. with the classification being H/RR: Heavy/Railroad or H/RR S:Specialty Construction Marine Construction. The work performed under this contract shall not commence until the Contractor has submitted a Performance Bond, Labor and Material Bond, and Certificate of Insurance. Performance bond shall be in an amount equal to 100% of the contract price; Labor and Material Bond equal to 100% of the contract price; and Certificate of insurance shall be as per attached requirements and countersigned by a licensed resident agent in the State of Alabama. The work performed under this contract shall not commence until the Contractor has submitted bonds and insurance in an acceptable form.
2 2 P age Description of Work continued The Contractor will be required to complete the work under the Contract within 90 calendar days after receipt of a Notice to Proceed. The work will have to be scheduled and performed in a manner that will not interfere with operations of the facility or ongoing construction activities operating in the immediate and adjacent areas. Work will start not later than 10 calendar days after receipt of notice to proceed. ASPA intent is that work hours will be during normal day light hours. The Contractor shall comply with all Federal and State laws, local ordinances and regulations, and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. The Contractor shall place a competent superintendent on the Project who shall have experience in the work being performed under the Contract. The assigned superintendent shall have the responsibility for the day to day operations of the work and shall remain on the Project site while the work under the Contract is being performed. Time is an essential element in the contract. As the prosecution of the work will inconvenience the tenant and interfere with business, it is important that the work be pressed vigorously to completion. Also, the cost to the Alabama State Port Authority of the administration of the contract, supervision, inspection and engineering will be increased as the time occupied in the work is lengthened. Therefore, exclusive of Sundays and national holidays, for each day that the work remains incomplete after the time specified, an amount of $ shall be paid by the contractor to the Alabama State Port Authority as liquidated damages for the loss sustained by the State because of failure of the contractor to complete the work within the specified time.
3 Contractor s Proposal 3 P age The Contractor hereby agrees to provide specified equipment and perform the previously specified work for the prices outlined in the following schedule. The quantities listed may be increased or decreased during project execution. In the event the quantities do change, the unit price shall apply according to scope of work. Description Est. Qty UOM Unit Price Value AFE 2610 Three Mile Creek Bascule Bridge 1. Project Mobilization/Demobilization including Bonds and Insurance 2. Removal and disposal of damaged timbers. There are 10 timbers to be removed. 3. Installation of 10 each 12 X 12 X 8 timbers complete with hardware. Timbers shall be pressuretreated per AWPA Standard C 18, Pressure Treated Material in Marine Construction. Preservative shall be CCA minimum net Assay retention of 0.80 pcf. 4. Repair grout pads under track plates. There is approximately 20 square feet of grout to be replaced. Existing grout thickness shall be maintained. 5. Blast and paint lower 12 of span 2 (Bascule span) floor beams. Replace and paint deteriorated bolts of stringer to floor beam connections. 6. Clean area after work is completed. Remove all material and equipment related to construction prior to leaving the site. 18 EA. $ $ SUB TOTAL $ Bid tabulation continues on next page
4 4 P age AFE 2611 Viaduct Road Bridge 1. Project Mobilization/Demobilization including Bonds and Insurance 2. Traffic Control Obtain permits and approval from appropriate governing agencies and execute throughout the duration of the project. 3. Repair damage to outside concrete girders 1 South, 13 South and 13 North to cover the areas where the reinforcing steel is exposed. 4. Repair damage to southeast corner of pier 14 to cover area where reinforcing steel is exposed. 5. Repair damage to bottom flange of steel girders 3 South, 10 South, 8 North, 10 North, replace bent stiffener and replace missing rivets on 6 North. 6. Refurbish bottom support plates under the steel girders 7, 8, 9, and 10 South by removing corrosion and applying coating. 7. Gaps between support plates and girders 8, 9, 10, and 11 South, and 8 and 8 North are to be filled with non shrink grout. 8. Blast clean and paint top flanges of steel girders (C15) 3 thru 6 and 8 thru Clean area after work is completed. Remove all material and equipment related to construction prior to leaving the site. 4 EA. $ $ SUB TOTAL $ TOTAL BID $
5 5 P age NOTES: 1. Sealed bid proposals will be received via courier to the Alabama State Port Authority, 1400 Alabama State Docks Blvd, Room 216, Administration Building, Mobile, AL by 2:30 p.m. on Tuesday March 22, Sealed bid proposals can also be hand delivered from 2:45 PM to 3:00 p.m. on Tuesday March 22, 2011 to the Alabama State Port Authority in the International Trade Center building, 250 North Water Street, 1 st floor Killian Room, Mobile, AL. No faxed or electronic bids will be accepted. The official bid opening will be conducted in the Killian Room at 3:00 p.m. on Tuesday, March 22, Each submission should be placed in a sealed envelope with the bidder s name, Contractor s License number, the project name, and the time and date of the bid opening shown on the outside. 2. A Bid Bond or Certified Check made payable to the Alabama State Port Authority and equal to five (5%) percent of the amount bid, not to exceed $10,000, must accompany the Bid Proposal. 3. Authority reserves the right to refuse to issue a proposal form or a contract to a prospective bidder for any of the following reasons: a) Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contract in force with the Authority. b) Contractor default under previous Contract with the Authority. c) Proposal withdrawal or Bid Bond forfeiture on previous project with the Authority. d) Unsatisfactory work on previous contract with the Authority. 4. Authority may make such investigations as deemed necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish all such information and data for this purpose as the Authority may request. The Authority reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the Authority that such bidder is properly qualified to carry out the obligations of the Contract. 5. Any questions regarding the procurement should be directed to William V. Boulton, P.E., Project Manager, at phone number (251) The right is reserved, as the interest of the Alabama State Port Authority may require, to reject any and all bids and to waive informalities in bids received.
6
7 SCOPE OF WORK 7 P age Project shall include the following: 1. Contractor shall provide Bid, Performance, and labor and materials bond for this project. 2. Contractor shall provide labor, materials, equipment, and supervision necessary to execute work efficiently and safely as outlined in contract documents. 3. Work shall be in accordance with the requirements stated herein and all referenced documents. 4. The construction area is located adjacent to several active railroad tracks. Railroad tracks must be clear of all obstructions at all times. 5. Employee In Charge ( EIC) escorts will be required from TASD. The contractor being present at the work site without the required EIC escorts is prohibited. 6. Due to construction occurring within close proximity to active railroad tracks, ASPA anticipates that there will be occurrences when the contractor will be required to move from the construction site to allow train traffic to pass. AFE 2610 Three Mile Creek Bascule Bridge 7. Contractor shall remove and dispose of damaged timbers. There are ten (10) timbers to be removed as shown on the contract documents. See Figure Installation of 10 each 12 X 12 X 8 timbers, complete with associated hardware. Timbers shall be pressure treated per AWPA Standard C 18, Pressure Treated Material in Marine Construction. Preservative shall be CCA minimum net Assay retention of 0.80 pcf. 9. Repair grout pads under track plates. There is approximately 20 square feet of grout to be replaced. Grout thickness shall match existing. See Figure Blast and paint lower 12 of span (Bascule span) floor beams. Replace and paint deteriorated bolts of stringer to floor beam connections. See Figure Painted items shall be painted with Sherwin Williams Macropoxy 646 or approved equal. Paint color shall match existing. Surface preparation and coating application shall be performed as per paint manufacturer specifications. 12. Clean area after work is completed. Remove all material and equipment related to construction prior to leaving the site.
8 8 P age AFE 2611 Bay Bridge Road Viaduct 13. Traffic Control Traffic Control Obtain permits and approval from appropriate governing agencies and execute throughout the duration of the project. 14. Repair damage to outside concrete girders 1 South, 12 South and 13 North to cover areas where the reinforcing steel is exposed. See Figures 6 and Repair damage to southeast corner of pier 14 to cover area where reinforcing steel is exposed. 16. All exposed steel reinforcement shall be cleaned thoroughly with wire brush prior to completing repair. 17. Repair damage to bottom flange of steel girders 3 South, 10 South, 8 North, 10 North. Repair bent stiffener and replace missing rivets on 6 North. See Figures 7 and Refurbish bottom support plates under the steel girders 7, 8, 9, and 10 South by removing corrosion and painting with Sherwin Williams Macropoxy 646. See Figure Refurbish corroded stiffeners above support plates on girders 8, 9, and 10 South, and 8 and 9 North by removing corrosion and painting with Sherwin Williams Macropoxy 646. See Figure Gaps between bottom support plates and girders 8, 9, 10, 11, South, and 8 and 10 North are to be filled with non shrink grout. 21. Blast clean and paint top flanges of steel girders (C15) 3 thru 6 and 8 thru Painted items shall be painted with Sherwin Williams Macropoxy 646 or approved equal. Paint color shall match existing. Surface preparation and coating application shall be performed as per paint manufacturer specifications. 23. Clean area after work is completed. Remove all material and equipment related to construction prior to leaving the site.
9 Notes: 1. The railroads in the construction area are active, therefore close coordination with TASD management and ASPA Engineering is required. The start date will be determined by TASD management. 9 P age 2. ASPA anticipates that there may be times when the railroad tracks at the Three Mile Creek Bascule bridge will need to be cleared of obstructions in short notice due to the high utilization of the track. Referenced Drawings: Three Mile Creek Bridge Drawing No Viaduct Bridge Drawing No. 1538VD S1 Drawing No. 1538VD S2 Drawing No. 1538VD S3 Referenced Documents Insurance Requirements
10 10 P age PROJECT PHOTOGRAPHS AFE 2610 Three Mile Creek Bascule Bridge Figure 1. Three Mile Creek Bascule Bridge Figure 2. Decay and rot of timber fenders.
11 11 P age Figure 3. Grout spalling on west pad. Figure 4. Span 2 floorbeam.
12 12 P age AFE 2611 Bay Bridge Road Viaduct Figure 5. Bay Bridge Road Viaduct. Figure 6. Damage to girder 1 South.
13 13 P age Figure 7. View of girders 1, 2, 3, 4, 5, and 6 North. Figure 8. View of girders 7, 8, 9, 10, 11, and 12 North.
14 14 P age Proposed Bidders List Contractor (Business) Name Address 1 Address 2 City, State Zip Robert J. Baggett, Inc. 759 Holcombe Ave. Mobile, AL Contact Name e mail address Telephone Fax Cell Ken Murray ken@rjbaggett.com Contractor (Business) Name Address 1 Address 2 City, State Zip P & H Construction, Inc Government St. Mobile, AL Contact Name e mail address Telephone Fax Cell Pat Hensley chensley@phconst.com Contractor (Business) Name Address 1 Address 2 City, State Zip Construction Solutions 7800 Dauphin Island Pkwy. Theodore, AL Contact Name e mail address Telephone Fax Cell W.D (Chip) Conklin Jr. chip@constructionsolutions.us Contractor (Business) Name Address 1 Address 2 City, State Zip Jordan Pile Driving 301 N. Water St. Mobile, AL Contact Name e mail address Telephone Fax Cell Brent Rogers lbrogers@jordangroup.com
15 15 P age Contractor (Business) Name Address 1 Address 2 City, State Zip Gillis Construction Inc Smithfield Farms Rd. Bay Minette, AL Contact Name e mail address Telephone Fax Cell Everett Gillis egillis@bellsouth.net Contractor (Business) Name Address 1 Address 2 City, State Zip American Bridge 111Industrial Canal Rd. W P.O. Box 2703 Mobile, AL Contact Name e mail address Telephone Fax Cell Mark Bell mbell@americanbridge.net Contractor (Business) Name Address 1 Address 2 City, State Zip The Creel Co Moffett Rd. Mobile, AL Contact Name e mail address Telephone Fax Cell Bruce Creel kpc creelco@comcast.net Contractor (Business) Name Address 1 Address 2 City, State Zip G. A. West Celeste Rd. Chunchula, AL Contact Name e mail address Telephone Fax Cell Mickey Busbee mickey.busby@gawest.com
16 W. Bolton/TSV Re: Structural Refurb to Three Mile Creek Bridge CN 2610 AFE 1975 KM/lb-1/21/11 INDEMNIFICATION ALABAMA STATE PORT AUTHORITY INSURANCE REQUIREMENTS FOR CONTRACT WORK The Contractor shall assume all liability for and shall indemnify and save harmless the State of Alabama and the Alabama State Port Authority, doing business as Alabama State Docks (ASD), and its officers and employees from all damages and liability for injury to any person or persons, and injury to or destruction of property, including the loss of use thereof, by reason of an accident or occurrence while acting in the course of and within the scope of their employment, whether performed by himself or by his subcontractor during the term of the contract, or any extension thereof, and shall also assume the liability for injury and/or damages to adjacent or neighboring property by reason of work done under the contract. INSURANCE REQUIREMENTS The Contractor shall not commence work under the contract until he has obtained all insurance required under the following paragraphs and until such insurance has been approved by ASD, nor shall the Contractor allow any subcontractor to commence work until all similar applicable insurance has been obtained by the subcontractor or the Contractor has provided coverage for the subcontractor. The Contractor shall provide, at his expense, insurance in accordance with the following: General Requirements (applicable to all policies) All policies of insurance must be written with companies acceptable to ASD. The Contractor shall furnish to ASD certificates of insurance, signed by the licensed agent evidencing required coverages. ASD reserves the right to require certified copies of any and all policies. Each policy of insurance shall provide, either in body of the policy or by endorsement, that such policy cannot be substantially altered or cancelled without thirty (30) days written notice to ASD and to the insured. Except for Workers Compensation, said policies will identify Alabama State Port Authority, its officers, officials, agents, servants and employees as Primary and Non-contributory additional Insured in connection with work performed for, on behalf of, or on the property of ASD, including a waiver of all rights of subrogation. Commercial General Liability The Contractor shall take out and maintain during the life of the contract Commercial General Liability insurance, including Blanket Contractual and Completed Operations coverages, in an amount not less than $2,000,000 for any one occurrence for bodily injury, including death, and property damage liability. Automobile Liability The Contractor shall take out and maintain during the life of the contract Business Automobile Liability insurance covering any auto in an amount not less than $1,000,000 for any one occurrence for bodily injury, including death, and property damage liability. Workers Compensation (Alabama workers compensation and USL&H Required for project) Barnhart shall take out and maintain during the life of the contract Workers Compensation and Employers Liability insurance providing coverage under the Alabama Workers Compensation Act in an amount not less than that required by Alabama law. Where applicable, shall take out and maintain during the life of the contract insurance providing coverage as required by Federal statute, including but not limited to U.S. Longshoremen and Harborworkers Compensation Act (USL&H), Jones Act, and Railroad Federal Employers Liability Act (FELA). Ocean Marine In the event work involves the use of watercraft in the completion of the contract, Barnhart shall provide Protection and Indemnity coverage, including crew, in an amount not less than $2,000,000 for each loss. Railroad Protective Liability Where applicable, the Contractor shall provide a Railroad Protective Liability policy in the name of the Terminal Railway Alabama State Docks in an amount not less than $2,000,000. NOTE: In lieu of the RPL policy, the Contractor may cause to be attached to its General Liability Policy standard ISO endorsement, "Contractual Liability - Railroads" (CG 24 17). The railroad must be identified as an Additional Insured. ( Alabama State Port Authority-ASD includes Terminal Railway ASD.)
17 W. Bolton/TSV Re: Structural Refurb to BayBridge Rd CN 2611 AFE 1975 KM/lb-1/21/11 INDEMNIFICATION ALABAMA STATE PORT AUTHORITY INSURANCE REQUIREMENTS FOR CONTRACT WORK The Contractor shall assume all liability for and shall indemnify and save harmless the State of Alabama and the Alabama State Port Authority, doing business as Alabama State Docks (ASD), and its officers and employees from all damages and liability for injury to any person or persons, and injury to or destruction of property, including the loss of use thereof, by reason of an accident or occurrence while acting in the course of and within the scope of their employment, whether performed by himself or by his subcontractor during the term of the contract, or any extension thereof, and shall also assume the liability for injury and/or damages to adjacent or neighboring property by reason of work done under the contract. INSURANCE REQUIREMENTS The Contractor shall not commence work under the contract until he has obtained all insurance required under the following paragraphs and until such insurance has been approved by ASD, nor shall the Contractor allow any subcontractor to commence work until all similar applicable insurance has been obtained by the subcontractor or the Contractor has provided coverage for the subcontractor. The Contractor shall provide, at his expense, insurance in accordance with the following: General Requirements (applicable to all policies) All policies of insurance must be written with companies acceptable to ASD. The Contractor shall furnish to ASD certificates of insurance, signed by the licensed agent evidencing required coverages. ASD reserves the right to require certified copies of any and all policies. Each policy of insurance shall provide, either in body of the policy or by endorsement, that such policy cannot be substantially altered or cancelled without thirty (30) days written notice to ASD and to the insured. Except for Workers Compensation, said policies will identify Alabama State Port Authority, its officers, officials, agents, servants and employees as Primary and Non-contributory additional Insured in connection with work performed for, on behalf of, or on the property of ASD, including a waiver of all rights of subrogation. Commercial General Liability The Contractor shall take out and maintain during the life of the contract Commercial General Liability insurance, including Blanket Contractual and Completed Operations coverages, in an amount not less than $2,000,000 for any one occurrence for bodily injury, including death, and property damage liability. Automobile Liability The Contractor shall take out and maintain during the life of the contract Business Automobile Liability insurance covering any auto in an amount not less than $1,000,000 for any one occurrence for bodily injury, including death, and property damage liability. Workers Compensation Barnhart shall take out and maintain during the life of the contract Workers Compensation and Employers Liability insurance providing coverage under the Alabama Workers Compensation Act in an amount not less than that required by Alabama law. Where applicable, shall take out and maintain during the life of the contract insurance providing coverage as required by Federal statute, including but not limited to U.S. Longshoremen and Harborworkers Compensation Act (USL&H), Jones Act, and Railroad Federal Employers Liability Act (FELA). Railroad Protective Liability Where applicable, the Contractor shall provide a Railroad Protective Liability policy in the name of the Terminal Railway Alabama State Docks in an amount not less than $2,000,000. NOTE: In lieu of the RPL policy, the Contractor may cause to be attached to its General Liability Policy standard ISO endorsement, "Contractual Liability - Railroads" (CG 24 17). The railroad must be identified as an Additional Insured. ( Alabama State Port Authority-ASD includes Terminal Railway ASD.)
REQUISITION & PROPOSAL ALABAMA STATE PORT AUTHORITY DATE March 22, 2010 ENGINEERING DEPARTMENT ORIGINATING DEPT NO.
ALABAMA STATE PORT AUTHORITY DATE March 22, 2010 ENGINEERING DEPARTMENT ORIGINATING DEPT NO. AFE 9360 CN: 1915 TO: Prospective Bidders Please procure the following and DELIVER TO: ALABAMA STATE PORT AUTHORITY
More informationAlabama State Port Authority
To: Prospective Bidders Date: March 2016 Please procure the following and deliver to the address below: Delivery of Proposal: Alabama State Port Authority Location identified below in Notes #1 Delivery
More informationAlabama State Port Authority
To: Prospective Bidders Date: March 20, 2015 Please procure the following and deliver to the address below: Delivery of Proposal Alabama State Port Authority 1400 State Docks Rd. Administration Building
More informationProject. To: Alabama State. Notes #1 Mobile, AL. Port Authority. demolishing, facility. The. drawings, Demolition. shall be in.
Alabama State Port Authority Requisition and Proposal Project Name Industrial Canal Site Preparation Old American Bridge Site AFE # 9429 CN # 2111 To: Prospective Bidders Date: July 2012 Please procure
More informationREQUISITION & PROPOSAL ALABAMA STATE PORT AUTHORITY DATE: June 18, 2008 ENGINEERING DEPARTMENT ORIGINATING DEPT NO.
DATE: June 18, 2008 ENGINEERING DEPARTMENT ORIGINATING DEPT NO. AFE TBD CN: 1743 TO: Prospective Bidders Please procure the following and DELIVER TO: TECHNICAL SERVICES DIVISION This Requisition solicits
More informationAlabama State Port Authority
Alabama State Port Authority Requisition and Proposal Project Name Annual Litter Removal Event Project# 10378 Task # 1 1 P age To: Prospective Bidders Date: January 12, 2017 Please procure the following
More informationAlabama State Port Authority
Alabama State Port Authority Requisition and Proposal Project Name Annual Litter Removal Event Project# 10628 Task # 1 1 P a g e To: Prospective Bidders Date: January 7, 2019 Please procure the following
More informationAlabama State Port Authority
To: Prospective Bidders Date: 8/5/2016 Please procure the following and deliver to the address below: Delivery of Proposal: Alabama State Port Authority Location identified below in Notes #1 Delivery of
More informationAlabama State Port Authority
To: Prospective Bidders Date: 1/19/16 Please procure the following and deliver to the address below: Delivery of Bid via courier (FedEx, UPS, etc.) Alabama State Port Authority Environmental and Program
More informationDemolition of 2 Elevated Water Tanks
To: Prospective Bidders Date: June 1, 2018 Please procure the following and deliver to the address below: Delivery of Proposal: Alabama State Port Authority Location identified below in Notes #1 Delivery
More informationProject# CN # Location. the. limited to. collection of. insurance. necessary. receipt of. 1 P age
Alabama State Port Authority Requisition and Proposal Project Name Three Mile Creek and Industrial Canal Shoreline Litter Removal Project# CN # To: Prospective Bidders 1 P age Date: Feb. 2015 Please procure
More informationAlabama State Port Authority
To: Prospective Bidders Date: May 2017 Please procure the following and deliver to the address below: Delivery of Proposal Alabama State Port Authority Locations as Identified Below in NOTES#1 Delivery
More informationAlabama State Port Authority SPECIAL PROVISIONS DIVISION III INDEX
Alabama State Port Authority Specification Booklet Project Name Marine Liquid Bulk Terminal 2018 Rehabilitation Location Theodore, AL Project # 10461 TASK# 1 August 2018 1 Page SPECIAL PROVISIONS DIVISION
More informationAlabama 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 informationREQUISITION & PROPOSAL
REQUISITION & PROPOSAL DATE 12/17/18 DEPARTMENT ORIGINATING DEPT NO. UPON REQUEST TO: Prospective Bidders Please procure the following and DELIVER TO: P.O. BOX 1588 MOBILE, ALABAMA 36633 ATTN: D.W. Lynd
More informationAlabama State Port Authority
Alabama State Port Authority Invitation to Bid Project Name Alabama State Port Authority Portable Toilets & Service Contract BID PURPOSE AND REQUIREMENTS ALABAMA STATE PORT AUTHORITY PORTABLE TOILETS &
More informationWHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602
http://www.asdd.com/ WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 WHEN: 10:00 A.M., CDT, March 16, 2016 INSPECTION: REQUIREMENTS: By appointment between the hours of 9:00 A.M. and 3:00
More informationREQUISITION & PROPOSAL
REQUISITION & PROPOSAL DATE 1/22/18 DEPARTMENT ORIGINATING DEPT NO. UPON REQUEST TO: Prospective Bidders Please procure the following and DELIVER TO: P.O. BOX 1588 MOBILE, ALABAMA 36633 ATTN: D.W. Lynd
More informationREQUISITION & PROPOSAL
DATE 9-19-18 DEPARTMENT NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE The Alabama State Port Authority Terminal Railway will be accepting sealed bids until 10:00 a.m. Oct. 3rd, 2018 to furnish the following
More informationREQUISITION & PROPOSAL
REQUISITION & PROPOSAL DATE 9-6-18 DEPARTMENT TO: Prospective Bidders Please procure the following and DELIVER TO: P.O. BOX 1588 MOBILE, ALABAMA 36633 ATTN: D.W. Lynd NAMES OF ARTICLES, SPECIFICATIONS
More informationREQUISITION & PROPOSAL
REQUISITION & PROPOSAL DATE 9-19-18 DEPARTMENT TO: Prospective Bidders Please procure the following and DELIVER TO: P.O. BOX 1588 MOBILE, ALABAMA 36633 ATTN: D.W. Lynd NAMES OF ARTICLES, SPECIFICATIONS
More informationALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS
ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS PROFESSIONAL SERVICE CONTRACT HYDROGRAPHIC & LAND SURVEYING ON-CALL SERVICES RFP Number: ASPA 43-017 AUGUST 2017 Professional Service Contract Request
More informationALABAMA STATE PORT AUTHORITY REQUEST FOR PROPOSAL
ALABAMA STATE PORT AUTHORITY REQUEST FOR PROPOSAL July 12, 2010 ALABAMA STATE PORT AUTHORITY FACILITIES MOBILE, ALABAMA The Alabama State Port Authority ( ASPA or Port Authority ) is seeking a private
More informationBID SOLICITATION FOR PURCHASE OF PROPERTY
PUBLIC AFFAIRS DEPARTMENT TO: Prospective Bidders DELIVER TO: PUBLIC AFFAIRS DEPARTMENT 250 NORTH WATER STREET, SUITE 300 MOBILE, AL 36602 NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE OFFERS THE FOLLOWING
More informationAlabama State Port Authority
To: Prospective Bidders Date: January 2019 Please procure the following and deliver to the address below: Delivery of Proposal: Alabama State Port Authority Location(s) identified below in Note #1 Delivery
More informationREQUISITION & PROPOSAL
5/6/15 UPON REQUEST The Alabama State Port Authority will be accepting bids on the following. Please direct technical inquires to Scott McAfee @ (251) 441-7657. The awarded vendor will provide labor, materials,
More informationREQUISITION & PROPOSAL
DATE October 26, 2009 Human Resources DEPARTMENT ORIGINATING DEPT NO. Upon request The Alabama State Port Authority will be accepting bids on the following services or approved equal. Safety frames, prescription
More informationAlabama State Port Authority
To: Prospective Bidders Date: October 24, 2011 Please procure the following and deliver to the address below: Hand Delivery of Proposal: International Trade Center 1 st floor Killian Room 250 N Water Street
More informationAlabama State Port Authority
McDuffie Work Order # 61744 To: Prospective Bidders Date: 3/2/2018 Please procure the following and deliver to the address below: Delivery of Proposal Location identified below in Notes #1 Delivery of
More informationREQUISITION & PROPOSAL
7/18/18 UPON REQUEST The Alabama State Port Authority McDuffie Terminal will be accepting proposals on the following or approved equal. Direct all technical questions to Kenney Sasser 251-441-7542. ASPA
More informationASPA TERMINAL RAILWAY MP-15 LOCOMOTIVE REPOWERS. Project No: Task No: Date: December 16, 2013
To: PROSPECTIVE BIDDERS Please procure the following and deliver to the address below: Hand Delivery of Proposal: Alabama State Port Authority International Trade Center 1 st floor Killian Room 250 N Water
More informationREQUISITION & PROPOSAL
2/4/19 UPON REQUEST The Alabama State Port Authority will be accepting proposals on the following or approved equal. Direct all technical questions to Kenny Sasser 251-441-7542. ITEM QTY DESCRIPTION 1
More informationAlabama State Port Authority
Alabama State Port Authority Invitation to Bid Project Name Alabama State Port Authority Dunnage Bid BID PURPOSE AND REQUIREMENTS ALABAMA STATE PORT AUTHORITY DUNNAGE BID Sealed bids will be received by
More informationREQUISITION & PROPOSAL
Page 1 of 9 REQUISITION & PROPOSAL 3/7/18 UPON REQUEST The Alabama State Port Authority will be accepting proposals on the following or approved equal. Direct all technical questions to Kenny Sasser 251-441-7542.
More informationREQUISITION & PROPOSAL
DATE 5/7/12 UPON REQUEST This requisition solicits proposals to furnish HVAC equipment and services as needed at the Alabama State Port Authority s McDuffie Island Coal Terminal. Other departments at the
More informationCITY 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 informationREQUISITION & PROPOSAL
DATE 2/12/10 UPON REQUEST The Alabama State Port Authority will be accepting bids on the following items. DOMESTIC IMPORT ITEM QTY DESCRIPTION PER FT TOTAL PER FT TOTAL 1 2 3 4 5 6 7 8 9,000 (6 REELS)
More informationREQUISITION & PROPOSAL
Page 1 of 9 REQUISITION & PROPOSAL 7/17/18 UPON REQUEST The Alabama State Port Authority McDuffie Terminal will be accepting proposals on the following or approved equal. Direct all technical questions
More informationPROPOSAL 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 informationINVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #
INVITATION TO BID PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #2018-20 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website: http://www.bakercountyfl.org
More informationREQUISITION & PROPOSAL
5/20/10 UPON REQUEST The Alabama State Port Authority will be accepting bids on the following items or approved equal. Pricing will remain fixed for a period of six (6) months from the date of award of
More informationINDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.
SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on
More informationWESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT
SPECIFICATIONS AND BID FORMS FOR WESTON SCHOOL DISTRICT BOILER CLEANING MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: # 17-002BOE_
More informationWESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT
SPECIFICATIONS AND BID FORMS FOR WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: #15-013 BOE Due on
More informationINVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA
INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA SITE ADDRESS: BIDS DUE: NEILLS CREEK PARK 3885 NEILLS CREEK RD ANGIER, NC 27501 TUESDAY, APRIL 17th @ 2:00 PM HARNETT
More informationAlabama State Port Authority
Alabama State Port Authority Invitation to Bid Project Name Alabama State Port Authority Pest Control Services Contract BID PURPOSE AND REQUIREMENTS ALABAMA STATE PORT AUTHORITY PEST CONTROL SERVICES CONTRACT
More informationCITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK
CITY OF MOBILE REQUEST FOR PROPOSALS RFP: 2018-006 FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK The City of Mobile is seeking proposals for the operation of food concession stands,
More informationREQUISITION & PROPOSAL
5/24/18 : 106 The Alabama State Port Authority will be accepting BIDS on the following items. ITEM DESCRIPTION PRICE PER FT. 1 48" WIDE, 3 PLY, 600 PYLON PLUS, 3/16" TOP X 3/32" COVERS, GUARDIAN RMA GRADE
More informationROAD COMMISSION FOR IONIA COUNTY
ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY KENNETH L. GASPER ALBERT A. ALMY KAREN D. BOTA ROBERT
More informationCARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1
CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT Bid Addendum 1 This addendum is hereby made a part of the Contract Documents to the same extent as though
More informationAlabama State Port Authority Request for Proposal January 12, 2018
Pinto Island Steel Slab Terminal Page 1 of 9 Alabama State Port Authority Request for Proposal January 12, 2018 The Alabama State Port Authority (ASPA) is seeking proposals to provide contract stevedoring
More informationIFB Septic Tank Cleaning Page 1
Buyer II Lisa Russell (251) 694-3162 Office lrussell@mawss.com TO Prospective Bidders INVITATION FOR BID NUMBER IFB 18-045 SEPARATE SEALED BIDS FOR BIDS WILL BE RECEIVED AT Septic Tank Cleaning BID OPENING
More informationROAD COMMISSION FOR IONIA COUNTY
ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY WILLIAM E. WEISGERBER KENNETH L. GASPER ALBERT A. ALMY
More informationCherokee Nation
Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)
More informationTown of Islip Housing Authority Bid Specifications Waste removal
Town of Islip Housing Authority Bid Specifications Waste removal THE TOWN OF ISLIP HOUSING AUTHORITY is hereby soliciting proposals for the collection, removal and disposal of all solid waste from its
More informationAlabama State Port Authority
Alabama State Port Authority Invitation to Bid BID PURPOSE AND REQUIREMENTS ALABAMA STATE PORT AUTHORITY LAWN SERVICES CONTRACT The Alabama State Port Authority (ASPA) will accept sealed bids for Lawn
More informationBERRIEN COUNTY ROAD COMMISSION
PROPOSAL AND SPECIFICATIONS FOR TREE AND STUMP REMOVAL AND TREE TRIMMING BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE BENTON HARBOR, MI 49022 NOTICE TO BIDDERS Notice
More informationADDENDUM #2. Due back on 10/24/18, no later than 11:00 A.M.
PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY 10007 10/19/2018 ADDENDUM #2 To prospective Bidders on Bid # 54851 - Refuse Removal, Recycling and Disposal Services
More informationCITY 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 informationThe schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016
1.0 EXECUTIVE SUMMARY 1.1 The Cyril E. King Airport (CEKA), St. Thomas, Virgin Islands is owned and operated by The Virgin Islands Port Authority. The CEKA is located at #70 Lindbergh Bay. The CEKA enplanes
More informationAMENDMENT OF SOLICITATION REQUEST FOR PROPOSALS (RFP) ADDENDUM No. 1. Issued: May 23, 2016
VIRGINIA RAILWAY EXPRESS AMENDMENT OF SOLICITATION REQUEST FOR PROPOSALS (RFP) ADDENDUM No. 1 Issued: May 23, 2016 RFP No.: 016-012 Title: Contact: Gerri Hill Email: ghill@vre.org Telephone/Fax: (703)
More informationMODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID
CITY OF DES MOINES ENGINEERING DEPARTMENT MODIFIED REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID 21-2011-063 1. Purpose: The City of Des Moines, Iowa,
More informationRequest for Bid/Proposal
Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu
More informationmason county road commission
mason county road commission Board of Commissioners 510 E. State St. Douglas Robidoux, Chairman PO Box 247 Bill Schwass, Vice-Chairman Scottville MI 49454-0247 Nick Matiash, Member Office: (231) 757-2882
More informationROAD COMMISSION FOR IONIA COUNTY
ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY KENNETH L. GASPER ALBERT A. ALMY KAREN D. BOTA ROBERT
More information5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.
ARTICLE 5 - Bonds and Insurance 5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. For the purposes of this Article, the terms Terrebonne Parish Consolidated Government, TPCG, and OWNER shall include,
More informationCITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS
NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed bids for FIRE AND BURGLAR ALARM MONITORING SERVICES IN CITY OWNED BUILDINGS. Each bid shall be in accordance with the
More informationADDENDUM A. Subcontractor Insurance Requirements
ADDENDUM A Subcontractor Insurance Requirements Certificates and endorsements must be received and approved prior to the start of any work. No payments will be released until all insurance documents are
More informationADVERTISEMENT 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 informationROAD COMMISSION FOR IONIA COUNTY
ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY KENNETH L. GASPER ALBERT A. ALMY KAREN D. BOTA ROBERT
More informationOLMSTED STONE ARCH BRIDGE REPAIR PROJECT
SPECIFICATIONS FOR OLMSTED STONE ARCH BRIDGE REPAIR PROJECT CITY OF JEFFERSONTOWN, KENTUCKY CITY HALL 10416 Watterson Trail Jeffersontown, Kentucky 40299 May 28, 2013 NOTICE TO BIDDERS The City of Jeffersontown,
More informationThe Town of Wilton. 238 Danbury Rd. Wilton, CT 06897
The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,
More informationScofield Ridge Homeowners Association
Scofield Ridge Homeowners Association RFP #2012-003 Subject: Entrance Monument Design & Construction Due: March 30, 2012 2:00pm CST c/o Goodwin Management, Attn.: Debra Johnson * 11149 Research Blvd.,
More informationSpecifications 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 informationREQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS
REQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS NOTICE OF BID TO MOWING CONTRACTORS Notice is hereby given that the City of San Juan is seeking bids for Mowing of Weedy Lots. Bids will be received at
More information(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 informationNOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)
NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors
More informationCity of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #
City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # 651-674-7546 Sealed Request for Proposals, plainly marked RFP # 12-2 Road Grading Services City
More informationPROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES
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 informationREQUISITION & PROPOSAL
6/2/2016 : 106 The Alabama State Port Authority will be accepting BIDS on the following items. ITEM QTY DESCRIPTION $ PER FT. EXT. PRICE 1 3 Rolls 1100 ea 60" WIDE, 3 PLY, 600 PYLON PLUS, 3/16" TOP X 3/32"
More informationREQUISITION & PROPOSAL
DATE: 8/24/16 ORIGINATING DEPT NO. UPON REQUEST NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE The Alabama State Port Authority will be accepting bids on the following service(s). Perform all required Maintenance
More informationMCGOUGH STANDARD INSURANCE REQUIREMENTS
MCGOUGH STANDARD INSURANCE REQUIREMENTS B1. Insurance. Prior to commencing any Subcontract Work hereunder, the Subcontractor shall procure, maintain and pay for insurance of the type and with the minimum
More informationSnow Removal Services Request for Proposals December 1, April 30, 2019
Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401
More informationALABAMA STATE PORT AUTHORITY PEST CONTROL SERVICES CONTRACT
Alabama State Port Authority Invitation to Bid ALABAMA STATE PORT AUTHORITY PEST CONTROL SERVICES CONTRACT The Alabama State Port Authority (ASPA) will accept sealed bids for Pest Control Services to be
More informationSANDY 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 informationCity of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services
City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services
More informationINVITATION 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 informationTHE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:
THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.
More informationINSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri
INSTRUCTIONS TO BIDDERS Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri 1. Sealed Bids for Water Line Replacement in the Area of Gillis Street from Hines to Lydia
More informationREQUEST FOR PROPOSAL (RFP) PW CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND
REQUEST FOR PROPOSAL (RFP) PW2017-12 CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND RFP Closing: July 10, 2017 at 11:00 a.m. RFP Opening: Immediately following the closing
More informationGreat 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 informationThe City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.
Request for Proposal (RFP) The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Bids are due January 4, 2018 at 12:00 pm CST.
More informationMontour Area Recreation Commission (MARC) North Branch Canal Trail Construction Invitation to Bid. Application Terms and Conditions
(MARC) North Branch Canal Trail Construction Invitation to Bid Application Terms and Conditions Sealed bids for North Branch Canal Trail construction will be received by MARC at any time until Monday,
More informationThere will be a pre-bid meeting held at the Park s and Cemetery office located at 429 E 24 th St, Holland, MI on Monday, September 18, 2017 at 10am.
September 7, 2017 TO: RE: PROSPECTIVE BIDDERS TREE PLANTING BID The City of Holland will receive sealed bids to supply and plant trees at various locations throughout the City of Holland. The work must
More informationBarrow 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 informationThis form must be signed twice (one time on each signature line below) and submitted with the bid in order for the bid to be considered.
SURPLUS SALES OFFER NO. 305 SALE & REMOVAL OF CROUSE HINDS CONSTANT CURRENT REGULATOR SWITCHGEAR SYSTEM BID DUE DATE: 11:00 AM, FRIDAY, DECEMBER 7 TH I understand that the following terms and conditions
More informationRICE UNIVERSITY SHORT FORM CONTRACT
RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University
More informationPROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS
CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS, REQUIRED INSURANCE and CALIFORNIA LABOR CODE REQUIREMENTS for PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS
More informationI N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS
I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT
More informationInvitation to Bid. Radcliff Wastewater Treatment Plant (WWTP) Road Paving. For. Radcliff Wastewater Treatment Plant
Invitation to Bid Radcliff Wastewater Treatment Plant (WWTP) Road Paving For Radcliff Wastewater Treatment Plant Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160
More information