INVITATION TO BID 2016 CATTLE GRAZING LEASE AREAS NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 16B-013)

Size: px
Start display at page:

Download "INVITATION TO BID 2016 CATTLE GRAZING LEASE AREAS NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 16B-013)"

Transcription

1 INVITATION TO BID 2016 CATTLE GRAZING LEASE AREAS NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 16B-013) The Northwest Florida Water Management District, 81 Water Management Drive, Havana, Florida , will receive sealed bids up to 2:30 P.M. EDT on September 6, 2016, for the lease, either separately or in combination, of the 213-acre Grisset Pond (two separate tracts) and 910-acre Wolf Pond (three separate tracts) cattle grazing lease areas located within the Econfina Creek Water Management Area in northern Bay and southeastern Washington counties. All bids must conform to the instructions in the Invitation to Bid (ITB). Interested prospective bidders may obtain a copy of the complete ITB package at the above address, by calling (850) or visiting our web site at or the state Vendor Bid System through the BUSINESS link at MyFlorida.com. The bid opening is open to the public. Provisions will be made to accommodate the handicapped (if requested) provided the District is given at least 72 hours advance notice. All bids must comply with applicable Florida Statutes.

2 Table of Contents Part I GENERAL INFORMATION PAGE 1-1 Definitions Purpose Issuing Office, Date and Location of Bid Opening Invitation to Bid Contract Awards Development Costs Inquiries Timetable Delays Bid Submission and Withdrawal Performance Bond Minimum Qualifications Mandatory Site Tour Addenda Equal Opportunity Oral Presentations News Releases Public Entity Crime Discriminatory Vendor List Prohibited Contact Inspector General Cooperation Bidder Checklist 9 Part II SCOPE OF SERVICES 10 Part III INSTRUCTIONS FOR PREPARING BIDS Rules for Bids Bidder Acknowledgment 26 Part IV EVALUATION OF BIDS Evaluation Method and Criteria Bid Sheet 28 Part V DRAFT AGREEMENT Draft 2016 Cattle Grazing Lease Area Agreement 29 NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 2

3 GENERAL INFORMATION PART I 1-1 DEFINITIONS For the purpose of this Invitation to Bid, "bidder" shall mean contractors, vendors, consultants, respondents, organizations, firms or other persons submitting a response to this Invitation to Bid. 1-2 PURPOSE This Invitation to Bid provides guidelines for the submission of bids for the project entitled: 2016 Cattle Grazing Lease Areas 1-3 ISSUING OFFICE, DATE AND LOCATION OF BID OPENING Division of Land Management and Acquisition Northwest Florida Water Management District 81 Water Management Drive Havana, Florida Hereinafter referred to as the "District" THE DISTRICT MUST RECEIVE ALL BIDS BY 2:30 P.M. EDT ON SEPTEMBER 6, INVITATION TO BID The District solicits offers for the services of responsible bidders to lease, either separately or in combination, the 213-acre Grisset Pond (two separate tracts) and 910-acre Wolf Pond (three separate tracts) cattle grazing lease areas located within the Econfina Creek Water Management Area in northern Bay and southeastern Washington counties. 1-5 CONTRACT AWARDS The District anticipates entering into a lease with the bidder or bidders who submits the bid judged by the District to be most advantageous for the Grisset Pond and Wolf Pond cattle grazing lease areas. The Grisset Pond cattle grazing lease area is subject to approval of a local comprehensive plan amendment approving cattle grazing as an appropriate land use. The District anticipates awarding one (combined cattle grazing lease areas) or more contracts (separate cattle grazing lease area). The bidder understands that this Invitation to Bid does not constitute an agreement or a contract with the District. An official contract or agreement is not binding until bids are reviewed and NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 3

4 accepted by appointed staff, approved by the appropriate level of authority within the District, and both parties have executed the contract or agreement. The District reserves the right to reject any and all bids, to negotiate with the apparent low bidder, to waive any informalities of a minor nature, and to solicit and re-advertise for other bids. Mistakes clearly evident on the face of the bid documents, such as computation errors, may be corrected by the District. All bids are subject to the approval of the Northwest Florida Water Management District Governing Board at a duly noticed Board meeting. Notice of a contract award shall be posted on the District s website at and the state Vendor Bid System through the BUSINESS link at Myflorida.com. Failure to file a protest within the time prescribed in section (3), Florida Statutes, shall constitute a waiver of the proceedings under Chapter 120, Florida Statutes. 1-6 DEVELOPMENT COSTS Neither the District nor its representatives shall be liable for any expenses incurred in connection with the preparation of a response to this Invitation to Bid. Bidders should prepare their bids simply and economically, providing a straightforward and concise description of the bidders' ability to meet the requirements of the Invitation to Bid. 1-7 INQUIRIES The District encourages interested parties to contact the District to discuss this Invitation to Bid. William O. Cleckley, Project Manager, will receive questions concerning this bid (850) , from 8:30 A.M. to 5:00 P.M. EDT weekdays, from the date of this release to 5:00 P.M. EDT on Friday, August 26, The District will provide written answers to substantive questions on the District s website at as well as post the written answers to substantive questions on the state s Vendor Bid System at The District will provide written answers to substantive questions received at least seven calendar days before the bid opening date. 1-8 TIMETABLE The District and bidders shall adhere to the following schedule in all actions concerning this Invitation to Bid. A. On August 9, 2016, the District issues the Invitation to Bid. B. From August 9, 2016, to 5:00 P.M. EDT on August 26, 2016, the District will receive and answer inquiries (received by or mail). Any questions a bidder may have must be asked during this question and answer period. Answers to substantive questions will be NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 4

5 posted on the District s website at as well as the state s Vendor Bid System at Any substantive questions received regarding this solicitation after 5:00 P.M. EDT on August 26, 2016 will not be answered. C. The District must receive the bids by 2:30 P.M. EDT opening time on September 6, D. From opening time the District will review and evaluate the bids on a timely basis. E. The District may enter into a contract after conducting negotiations and obtaining appropriate approvals. 1-9 DELAYS The District may delay scheduled due dates if it is to the advantage of the District to do so. The District will notify bidders of all changes in scheduled due dates by posting a notice on the District s website at as well as the state s Vendor Bid System at BID SUBMISSION AND WITHDRAWAL The District will receive bids at the following address: Northwest Florida Water Management District Attn: Agency Clerk 81 Water Management Drive Havana, Florida To facilitate processing, the face of the envelope shall state in capital letters: "SEALED BID ON BID NUMBER 16B-013 TO BE OPENED SEPTEMBER 6, 2016 AT 2:30 P.M. EDT AT THE HEADQUARTERS OF THE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT." The envelope shall also include the bidder's return address. Envelopes received but not properly marked will not be considered. Bidders shall submit one copy of the bid in a sealed, opaque envelope marked as noted above. The bidder may submit the bid in person, by courier, or by mail. THE DISTRICT MUST RECEIVE ALL BIDS BY 2:30 P.M. EDT ON SEPTEMBER 6, Bids received after the established deadline will not be considered. The District cautions bidders to assure actual delivery of mailed or hand delivered bids directly to the District's Receptionist or Division of Administration prior to the deadline set for opening bids. Bidders are also cautioned that the District does not always receive U.S. mail delivery by 2:30 P.M. EDT each day; any bids received by mail after 2:30 P.M. EDT on September 6, 2016 will not be NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 5

6 considered. Telephone confirmation of timely receipt of the bid may be made by calling (850) before bid opening time. Receipt of a bid by any District office or personnel other than the District receptionist or the Division of Administration does not constitute "delivery" as required by this Invitation to Bid. Bidders may withdraw their bid by notifying the District in writing at any time prior to the opening. Bidders may withdraw their bids in person or through an authorized representative. Bidders and authorized representatives must disclose their identity and provide a signed receipt for the bid. Bids, once opened, become the property of the District and will not be returned to the bidders. Upon opening, bids become "public record" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Bidders must invoke the exemptions to disclosure provided by law in the response to the Invitation to Bid by providing the specific statutory authority for the claimed exemption, identifying the data or other materials to be protected, and stating the reasons why such exclusion from public disclosure is necessary. Bids will be made available for inspection at the time the District posts notice of its decision or intended decision concerning contract awards, or ten (10) days after the bid opening, whichever is earlier PERFORMANCE BOND A performance bond will not be required from the Bidder MINIMUM QUALIFICATIONS The minimum qualifications necessary to qualify for the 2016 Cattle Grazing Lease Areas are: For the 213-acre Grisset Pond Cattle Grazing Lease Area (North - 34 Acres/South acres) A. At least three years of experience in managing a cattle grazing operation on a minimum of 200 acres or greater and a minimum of 20 cow/calf animal units (a total of 20 cows/calves) or greater, by either the bidder or bidder proposed operational manager for the 213-acre Grisset Pond cattle grazing lease area. The referenced cattle grazing operation or lease provided as experience must have been for managing a minimum of 20 cattle. For the 111-acre Wolf Pond North Cattle Grazing Lease Area B. At least three years of experience in managing a cattle grazing operation on a minimum of 100 acres or greater and a minimum of 10 cow/calf animal units (a total of 10 cows/calves) or greater, by either the bidder or bidder proposed operational manager for the 111-acre Wolf Pond North cattle grazing lease area. The referenced cattle grazing operation or lease provided as experience must have been for managing a minimum of 10 cattle. NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 6

7 For the 143-acre Wolf Pond South Cattle Grazing Lease Area C. At least three years of experience in managing a cattle grazing operation on a minimum of 140 acres or greater and a minimum of 14 animal units (a total of 14 cows/calves) or greater, by either the bidder or bidder proposed operational manager for the 143-acre Wolf Pond cattle grazing lease area. The reference cattle grazing operation or lease provided as experience must have been for managing a minimum of 14 cattle. For the 254-acre Combined Wolf Pond North and South Cattle Grazing Lease Area D. At least three years of experience in managing a cattle grazing operation on a minimum of 250 acres or greater and a minimum of 24 animal units (a total of 24 cows/calves) or greater, by either the bidder or bidder proposed operational manager for the 254-acre combined Wolf Pond North and South cattle grazing lease area. The referenced cattle grazing operation or lease provided as experience must have been for managing a minimum of 24 cattle. For the 656-acre Wolf Pond West Cattle Grazing Lease Area E. At least three years of experience in managing a cattle grazing operation of a minimum of 650 acres or greater and a minimum of 64 animal units (a total of 64 cows/calves) or greater, by either the bidder or bidder proposed operational manager for the 656-acre Wolf Pond West cattle grazing lease area. The referenced cattle grazing operation or lease provided as experience must have been for managing a minimum of 64 cattle. F. For one or more of the above described cattle grazing lease areas - any and all licenses, permits and certifications as may be required by Federal, State and local law, rules and regulations for leasing and operation of a cattle grazing business enterprise. Note: Irrespective of the minimum qualifications stated above for the cattle grazing lease areas, the District may make such investigations, as it deems necessary to determine the ability of the bidder to perform the cattle grazing lease terms stated in this Invitation to Bid and draft agreement. The District reserves the right to reject any bid if the evidence submitted by such bidder and/or the District s independent investigation of such bidder fails to satisfy the District that such bidder is properly qualified to carry out the obligations of the cattle grazing lease and manage the cattle and property in a manner acceptable to the District. The District reserves the right to waive minor deviations in an otherwise valid bid MANDATORY SITE TOUR A MANDATORY pre-bid tour of the Grisset Pond and Wolf Pond cattle lease areas will be held at 9:00 A.M. Central Time on Tuesday, August 23, Prospective bidders will meet at the District s Econfina Field Office, located at 6418 East Highway 20, Youngstown, FL 32466, located approximately 8 miles west of the junction of U.S. Highway 231/State Hwy. 20. The tour is expected to be completed within a three-to-four hour timeframe or less. All respondents proposing to submit a bid must be represented at this meeting on Tuesday, August 23, NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 7

8 Please contact Bill Cleckley at , Ext. 274 or Tyler Macmillan at , Ext. 275 if you or a representative will attend the tour and for directions to the Econfina Field Office ADDENDA If revisions become necessary, the District will provide written addenda to all prospective bidders who requested a paper copy of the Invitation to Bid. The written addenda will also be posted on the District s internet website and on the State of Florida s Vendor Bid System website. All addenda issued by the District will include a receipt form, which must be signed and included with any bids that are submitted to the District. In the event that multiple addenda are issued, a separate receipt for each addendum must be included with the bid at the time it is submitted to the District. Prospective bidders are responsible for determining whether addenda have been issued and are advised to check the websites or with the District s project manager prior to submitting their bid EQUAL OPPORTUNITY The District recognizes fair and open competition as a basic tenet of public procurement. Bidders doing business with the District are prohibited from discriminating on the basis of race, color, creed, national origin, handicap, age or sex. It is the policy of the District to ensure that qualified bidders wishing to participate in the procurement process have the maximum opportunity to compete and perform on District contracts. The District encourages participation by minority and women business enterprises (MBE/WBE) and requests MBE/WBEs to submit evidence of such designation with their bids. For further information on designation as a minority business enterprise, prospective bidders may contact the District s Finance Office at (850) ORAL PRESENTATIONS At its discretion, the District may require any bidder to make an oral presentation of the bid. These presentations provide an opportunity for the bidder to clarify the bid for the District. The District will schedule any such presentations NEWS RELEASES The bidder shall obtain the prior approval of the District for all news releases or other publicity pertaining to this Invitation to Bid or the service, study or project to which it relates PUBLIC ENTITY CRIME A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 8

9 repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section , for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list DISCRIMINATORY VENDOR LIST An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or contractor under a contract with any public entity; and may not transact business with any public entity PROHIBITED CONTACT Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response INSPECTOR GENERAL COOPERATION Prospective contractor or vendor understands and shall comply with section (5), Florida Statutes, which states: It is the duty of every state officer, employee, agency, special district, board, commission, contractor, and subcontractor to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing pursuant to this section BIDDER CHECKLIST Have you performed a final review of your bid to ensure you included all required documentation? Have you verified all amounts to ensure that they are complete and accurate? Have you signed the Acknowledgment form on page 26 and included it in your package? Have you completed the Bid Sheet form on page 28 and included it in your package? IS YOUR ENVELOPE PROPERLY MARKED? See page 5 of this ITB for further details. (Most rejected bids are caused by the respondent failing to properly mark their package. All incoming correspondence is opened when received unless properly marked for a specified NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 9

10 opening date and time. If your bid is opened prior to the designated date and time, it cannot be considered). Have you selected the method of shipping that will ensure that you response will arrive before the deadline? Responses received after the date and time specified will not be considered. SCOPE OF SERVICES PART II The Northwest Florida Water Management District will select one or more bidders to lease, either separately or combined, the 213-acre Grisset Pond (two separate tracts) and 910-acre Wolf Pond [three separate tracts - Wolf Pond North (111 acres), Wolf Pond South (143 acres) and Wolf Pond West (656 acres)] cattle grazing lease areas located within the Econfina Creek Water Management Area in northern Bay and southeastern Washington counties (see Exhibit Map A Locator). Exhibit Maps B through D, noted below, can be found on the District s website at Acre Grisset Pond Lease Area I. General Cattle Grazing Lease Information A. Description and Size (acres) For the Grisset Pond cattle grazing lease area: 1) The property consists primarily of restored sandhill habitat (10 and 20-year old longleaf pine and wiregrass habitat). In addition, the northern 34-acre tract has some older longleaf pine timber scattered throughout the tract. 2) The Grisset Pond North cattle grazing lease area consists of approximately 34 acres and the Grisset Pond South cattle grazing lease area consists of approximately 179 acres for a total of 213 acres (see attached Exhibit Map B). 3) The property will be leased for cattle grazing (cow-calf operation) purposes only. For the Wolf Pond North cattle grazing lease area: 1) The property consists of restored sandhill habitat (17-year old longleaf pine and wiregrass habitat). 2) The Wolf Pond North cattle grazing lease area consists of approximately 111 acres (see attached Exhibit Map B). 3) The property will be leased for cattle grazing (cow-calf operation) purposes only. NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 10

11 For the Wolf Pond South cattle grazing lease area: 1) The Wolf Pond South cattle grazing lease area consists of the following habitat types: a) Restored Sandhill Habitat - 55 acres of 17-year old longleaf pine and wiregrass habitat. b) Slash Pine Plantation - 45 acres of 23-year old slash pine. c) Thinned Slash Pine Plantation (East) - 10 acres of 47-year old slash pine. d) Thinned Slash Pine Plantation (West) - 30 acres of 47-year old slash pine 2) The Wolf Pond South cattle grazing lease area consists of approximately 143 acres (see attached Exhibit Map B). 3) The property will be leased for cattle grazing (cow-calf operation) purposes only. For the Wolf Pond West cattle grazing lease area: 1) The Wolf Pond West cattle grazing lease area consists of the following habitat types: a) North Tract The Wolf Pond North Tract consists of restored sandhill habitat (12 to 16-year old longleaf pine and wiregrass habitat). b) South Tract - The Wolf Pond South Tract consists of restored sandhill habitat (11- year old longleaf pine and wiregrass habitat). 2) The Wolf Pond West cattle grazing lease area consists of two adjoining north-south tracts consisting of 315 and 341 acres respectively for a total of 656 acres (see Exhibit Map B). 3) The property will be leased for cattle grazing (cow-calf operation) purposes only. B. Stocking Rate Based on a forage quality ratio of one cow/calf animal unit per 20 acres, the following maximum stocking rates apply: 1) For the 34-acre Grisset Pond North cattle lease area: One (1) Animal Unit; not to exceed three (3) total animals. 2) For the 179-acre Grisset Pond South cattle lease area: Eight (8) Animal Units; not to exceed 17 total animals; or Not to exceed 20 total animals for the 213-acre Grisset Pond cattle lease area. 3) For the 111-acre Wolf Pond North cattle lease area: NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 11

12 Five (5) Animal Units; not to exceed 11 total animals 4) For the 143-acre Wolf Pond South cattle lease area: Seven (7) Animal Units; not to exceed 14 total animals; or Not to exceed 25 total animals for the 254-acre combined Wolf Pond North and South cattle lease area. 5) For the 656-acre Wolf Pond West cattle lease area: 32 Animal Units; not to exceed 65 total animals Note: An Animal Unit (AU) is considered to be one mature cow of approximate 1,000 pounds, either dry or with a calf up to six months of age. 6) The Lessee may stock any number of animal units below the maximum without adjustment to the annual rent payment. The stocking rate may be increased upon favorable evaluation and written approval by the District. An increase in the stocking rate will be effective on the next date rent is due following the District s approval of the increase. The amount of rent due will be increased by an amount equal to the increase in the number of cows and calves approved by the District. C. Grazing Guidelines - Lessee shall utilize rotational grazing practices on the cattle lease areas to minimize adverse impacts to native groundcover forage. D. Supplemental Feed No supplemental feed, including hay, shall be allowed within the cattle grazing lease area. E. Term of Lease - The term of the lease is ten (10) years from the date of execution of the Lease Agreement, with one five-year renewal at the end of the 10-year lease term, subject to the District s option. F. Lease Rate After the initial lease rate, the annual rent will be adjusted every five years (up or down) in advance of the sixth year based on the then current USDA National Agricultural Statistics Prices, received for Beef Cattle for the most recent reporting year. Approximately six months prior to the expiration of the 10-year lease, the District will seek competitive bids and the current Lessee shall have the following options: 1) terminate the lease after the 10-year lease period; or 2) submit a competitive bid and agree to exceed the highest competitive bid received by five percent (5%) and further agree to any modifications to the lease terms, if any, that may be required by the District. Lessee must accept the renewal terms within ten (10) business days from receipt of the District s offer to renew the lease with Lessee for another five year period. NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 12

13 G. Best Management Practices- At all times, Lessee shall utilize Water Quality Best Management Practices (BMPs) for Florida Cow/Calf Operations, 2008 Edition or newer manual, when conducting Lessee s cattle grazing operations. In the event a newer BMP manual is published during the lease period, Lessee shall implement any updated Water Quality Best Management Practices (BMPs) for Florida Cow/Calf Operations within 12 months. II. Cattle Grazing Lease Area Minimum Lessee Requirements All fence, public and land management access gates, cattle guards or gaps, equestrian trail crossing gates or gaps, watering troughs or wells and temporary cattle pens shall be constructed, installed or placed on the cattle lease area by the lessee and inspected and approved by the District before any animals can be transported and placed on the cattle grazing lease area (see Exhibit Map C for all cattle grazing lease areas). A. Fence Installation - Minimum Installation Requirements, Location/Type/Approximate Length, Installation and Maintenance a. Minimum Fence Installation Requirements - Construct and install, at a minimum, a three or four strand barbed wire fence utilizing seven (7 ) foot wooden or steel T posts. Wooden or steel T posts shall be set no more than 20 feet apart with appropriate fence pull stations no more than 100 apart. Once installed, all fences remain the property of the District. Any boundary perimeter fencing that is constructed by the lessee along the exterior boundary of District lands or along county, state or federal roads or highways will be considered a capital improvement and consist of field fence per the design attached as Exhibit C-2A, C-2B, C-2C Typical 48 Woven Wire Fence Design, on District lands. Lessee shall be reimbursed for the cost of said field fence (applies to Wolf Pond North cattle grazing area only). b. All fence construction shall take place during the first year of the agreement and before any animal units are allowed on the cattle grazing lease areas. All proposed fence construction lines shall be flagged in the field and inspected and approved by District staff before any fence installation and construction activities take place. In addition, wherever possible, all fencing shall be constructed inside public or land management access roads, boundary perimeters and equestrian trails to minimize cattle and trail crossing gaps. c. Per BMPs, fences shall be setback > 100 feet from any wetland or excessive slope (> 5 percent) or karst feature and stream, intermittent stream, or creek. d. Fence Location/Type/Approximate Length - The specific location, type and approximate length (more or less) of needed boundary perimeter, existing boundary perimeter and needed cross fencing are described below and delineated per Exhibit Map D for each specified cattle lease area: NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 13

14 For the 34-acre Grisset Pond North cattle lease area: Needed Boundary Perimeter Fencing (north and west boundaries only) 2,293 feet Existing Boundary Perimeter Fencing (east and south boundaries) 2,816 feet Needed Cross Fencing (east-west woods road) 1,330 feet Total Fencing: 6,439 feet Estimated Total Fence Installation Required By Lessee: 3,623 feet Note: The District has not inspected nor does the District guarantee the condition or integrity of the adjacent existing boundary perimeter fencing located along the western boundary of the cattle lease area. For the 179-acre Grisset Pond South cattle lease area: Needed Boundary Perimeter Fencing (excludes wetlands and excessive slope 23,152 feet areas) Existing Boundary Perimeter Fencing (east and south boundaries) 0 feet Needed Cross Fencing (east-west woods road) 3,392 feet Total Fencing: 26,544 feet Estimated Total Fence Installation Required By Lessee: 26,544 feet For the 111-acre Wolf Pond North cattle lease area Needed Boundary Perimeter Fencing (excludes wetlands and excessive slope 17,132 feet areas) Existing Boundary Perimeter Fencing (west boundary) 1,829 feet Needed Cross Fencing TBD Total Fencing: 18,961 feet Estimated Total Fence Installation Required By Lessee: 17,132 + feet Note: The cost of approximately 1,300 feet of boundary perimeter fence along State Hwy. 20 will be reimbursed to lessee after installation, inspection and approval by District staff. The District has not inspected nor does the District guarantee the condition or integrity of the adjacent existing boundary perimeter fencing located along the western boundary of the cattle lease area. For the 143-acre Wolf Pond South cattle lease area Needed Boundary Perimeter Fencing (excludes wetlands areas) 20,387 feet Existing Boundary Perimeter Fencing (east boundary along Enfinger Road) 2,886 feet Needed Cross Fencing TBD Total Fencing: 23,273 feet Estimated Total Fence Installation Required By Lessee: 23,273 + feet NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 14

15 Note: The cost of approximately 2,640 feet of boundary perimeter fence along the southern boundary of the cattle lease area adjacent to two private property in-holdings will be reimbursed to lessee after installation, inspection and approval by District staff. The District has not inspected nor does the District guarantee the condition or integrity of the adjacent existing boundary perimeter fencing located along the eastern boundary of the cattle lease area adjacent to Enfinger Road. For the 656-acre Wolf Pond West cattle lease area Needed Boundary Perimeter Fencing (excludes wetlands and excessive slope 25,721 feet areas) Existing Boundary Perimeter Fencing (north and west boundaries) 15,900 feet Needed Cross Fencing (east-west woods road) 1,222 feet Total Fencing: 42,843 feet Estimated Total Fence Installation Required By Lessee: 26,943 feet Note: The District has not inspected nor does the District guarantee the condition or integrity of the adjacent existing boundary perimeter fencing located along the northern and western boundaries of the cattle lease area. e. Fence Maintenance - Maintain all fencing in good working order throughout the lease term. B. Public and Land Management Access Gates Minimum Requirements, Locations, Quantities and Maintenance a. Public and Land Management Access Gate Requirements All gates shall consist of two, 6-foot standard farm gate panels for a total gate width of at least 12 feet. Except for public access gates, all land management access gates shall be secured by chain and combination lock. Lessee gate lock combinations shall be confidential, but Lessee shall provide the gate lock combination to the District for land management and emergency purposes and in addition, the District shall install its own lock in Lessee s chain and it will remain the property of the District. Once installed, all gates remain the property of the District. The cost of construction, installation and maintenance of all public and land management access gates will be the responsibility of the Lessee. b. Gate Locations and Quantities All Cattle Grazing Lease Areas For the 34-acre Grisset Pond North cattle lease area: Two (2) Land management access gates along the eastern boundary of the cattle grazing lease area as delineated on Exhibit Map C by a red star. NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 15

16 For the 179-acre Grisset Pond South cattle lease area: Two (2) Land management access gates on each end of the land management access road at the cross fence location of the cattle grazing lease area as delineated by a red star on Exhibit Map C). For the 111-acre Wolf Pond North cattle lease area: Two (2) Land management access gates at the northern and southern boundary of the cattle grazing lease area as delineated by a red star on Exhibit Map C. For the 143-acre Wolf Pond South cattle lease area: One (1) Land management access gate along the northern boundary of the cattle grazing lease area as delineated by a red star on Exhibit Map C. For the 656-acre Wolf Pond West cattle lease area: Three (3) Land management access gates along the northern, east-central and southern boundaries of the cattle grazing lease area as delineated by a red star on Exhibit Map C. c. Gate Maintenance - Maintain all gates in good working order throughout the lease term, C. Cattle Guards, Gaps and Equestrian Trail Crossing Installation Minimum Requirements, Locations/Quantities and Maintenance a. Minimum Cattle Guards, Gaps and Equestrian Trail Crossing Installation Requirements 1. Minimum Cattle Guard and Gap Installation Requirements - All required cattle guards and gaps on public access roads shall be constructed of concrete and have a FDOT load rating of a minimum of 40 tons. Lessee shall submit proposed cattle guard and gap designs for District review and approval prior to the installation of any cattle guard or gap within a cattle lease area. Once installed, all cattle guards and gaps remain the property of the District. The cost of construction, installation and maintenance of all public and land management access gates will be the responsibility of the Lessee. 2. Minimum Equestrian Trail Crossing Installation Requirements - All equestrian trail crossings shall consist of one, 6-foot standard farm gate panel or an alternative design, subject to review and approval by the District. All equestrian trail crossings shall have a latch or similar device that allows for easy opening and closing by equestrian trail users, but prevents cattle from escaping the cattle lease area. Lessee shall install appropriate signage at each equestrian trail crossing to inform users that it is the user s responsibility to open, close and secure the equestrian trail crossing gate or alternative design to prevent cattle from escaping the cattle lease area. Once installed, all gates remain the property of the District. The cost of construction, installation and maintenance of all equestrian trail crossings will be the responsibility of the Lessee. NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 16

17 b. Cattle Guard, Gap and Equestrian Trail Crossing Locations and Quantities All Cattle Grazing Lease Areas For the 34-acre Grisset Pond North cattle lease area: None No cattle guards or gaps are required per Exhibit Map C. None No equestrian trail crossings are required per Exhibit Map C. For the 179-acre Grisset Pond South cattle lease area: None No cattle guards or gaps are required per Exhibit Map C. Two (2) Equestrian trail crossings are required. One at the eastern end of the diagonal land management access road at the eastern end of the cross fence and one at the southeastern corner of the cattle lease area as delineated by blue stars on Exhibit Map C. For the 111-acre Wolf Pond North cattle lease area: None No cattle guards or gaps are required per Exhibit Map C. Four (4) Equestrian trail crossings are required. Three near the northern one-third of the cattle lease area near multiple equestrian trail loops and one located near the southwestern corner of the cattle lease area as delineated by blue stars on Exhibit Map C. For the 143-acre Wolf Pond South cattle lease area: Two (2) Cattle guards are required on Enfinger Road at the north and south ends of the eastern cattle lease area as delineated by purple stars on Exhibit Map C. Six (6) Equestrian trail crossings are required. One equestrian trail crossing is required at the southeast corner of the cattle lease area; another at the northeast corner of the cattle lease area west of Enfinger Road; and four in the western one-third of the cattle lease area along the southern boundary and directly north and northeast of the easternmost wetland area as delineated by blue stars on Exhibit Map C. For the 656-acre Wolf Pond West cattle lease area: None No cattle guards or gaps are required per Exhibit Map C. One (1) Equestrian trail crossing is required at the eastern end of the cross fence as delineated by a blue star on Exhibit Map C. c. Cattle Guards and Gaps and Equestrian Trail Crossing Maintenance - Maintain all cattle guards and gaps and equestrian trail crossings in good working order throughout the lease term. NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 17

18 D. Temporary Cattle Pens - There are no cattle, or working pen, on any of the cattle grazing lease areas. If one or more cattle pens are desired, the Lessee must use portable pens. Cattle pens shall be located > 200 feet from any surface waterbody. The Lessee is solely responsible for expenses incurred for the purchase and use of cattle pens. The Lessee must obtain prior written approval from the District Land Manager as to the proposed location of any cattle pen utilized on the lease area. The District shall have the right to require Lessee to relocate any cattle pen if continued use of a cattle pen location creates adverse impacts to water resources, native groundcover habitat and/or equestrian trails. E. Minimum Seasonal Water Troughs/Available Water Source/Water Wells Per BMPs, Lessee shall provide the minimum seasonal water trough requirements listed below for the maximum allowable animal units for each cattle grazing area. In addition, the Grisset Pond and Wolf Pond North cattle grazing lease areas do not have electrical power available for the installation of watering wells, but water is available nearby for portable pumping into a truckmounted holding tank for distribution to troughs. An available water source or sources will be identified for the above areas for Lessee consideration. Livestock watering operations shall not interfere with public recreational uses on District property. a. Minimum Seasonal Water Trough Requirements (all cattle grazing areas) For the 35-acre Grisset Pond North cattle lease area: Minimum Water Trough Requirements (not to exceed 3 total animals): Winter Season three (3), 100 gallon watering troughs or 300 gallons or any combination of watering troughs providing > 300 gallons of water per week. Summer Season five (5), 100 gallon + one (1) 50 gallon watering troughs or 550 gallons or any combination of watering troughs providing > 550 gallons of water per week. For the 179-acre Grisset Pond South cattle lease area: Minimum Water Trough Requirements (not to exceed 17 total animals): Winter Season five (5), 300 gallon + one (1) 100 gallon watering troughs or 1,600 gallons or any combination of watering troughs providing > 1,600 gallons of water per week. Summer Season 10, 300 gallon + one (1) 100 gallon watering troughs or 3,100 gallons or any combination of watering troughs providing > 3,100 gallons of water per week. For the 110-acre Wolf Pond North cattle grazing lease area: Minimum Water Trough Requirements (not to exceed 11 total animals): NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 18

19 Winter Season three (3), 300 gallon + one (1) 100 gallon watering troughs or 1,000 gallons or any combination of watering troughs providing > 1,001 gallons of water per week. Summer Season six (6), 300 gallon + two (2) 100 gallon watering troughs or 2,000 gallons or any combination of watering troughs providing > 2,000 gallons of water per week. For the 143-acre Wolf Pond South cattle grazing lease area: Minimum Water Trough Requirements (not to exceed 14 total animals): Winter Season four (4), 300 gallon + one (1) 100 gallon watering troughs or 1,300 gallons or any combination of watering troughs providing > 1,001 gallons of water per week. Summer Season eight (8), 300 gallon + two (2) 100 gallon watering troughs or 2,600 gallons or any combination of watering troughs providing > 2,600 gallons of water per week; or Water Well - Installation of a water well or wells (subject to receipt of a District permit) and a sufficiently-sized watering trough or series of troughs that singularly or in combination meet or exceed the minimum seasonal watering requirements listed above. If a well is desired, the District, prior to its installation, shall approve of its location, source (Floridan Aquifer) and size, as well as approve the location of the associated watering trough or troughs. For the 656-acre Wolf Pond West cattle grazing lease area: Minimum Water Trough Requirements (not to exceed 65 total animals): Winter Season 20, 300 gallon watering troughs or 6,000 gallons or any combination of watering troughs providing > 6,000 gallons of water per week. Summer Season 39, 300 gallon + two (2) 100 gallon watering troughs or 11,900 gallons or any combination of watering troughs providing > 11,900 gallons of water per week; or Water Well - Installation of a water well or wells (subject to receipt of a District permit) and a sufficiently-sized watering trough or series of troughs that singularly or in combination meet or exceed the minimum seasonal watering requirements listed above. If a well is installed, the District shall approve of its location, source (Floridan Aquifer) and size, as well as approve the location of the associated watering trough or troughs. Lessee must use a licensed well driller and shall obtain all the necessary permits. Note: Winter Season - Based on an average of 13 gallons per animal per week. Summer Season - Based on an average of 26 gallons per animal per week. NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 19

20 b. Potential Available Water Sources (all cattle grazing lease areas): Grisset Pond (North and South) Livestock water may be available by portable pumping into a truck-mounted holding tank from Grisset Pond, nearby swallets (use is subject to District approval) or at the canoe launch at Walsingham Park located just to the southwest of the Grisset Pond South cattle lease area subject to permit, if any, for surface water withdrawal. Lessee shall not impede or interfere with the public s ability to launch water vessels at Grisset Pond and load canoes and kayaks at the Walsingham Park Canoe Launch during water pumping operations. Wolf Pond North and South - Livestock water may be available by portable pumping into a truck-mounted holding tank from nearby ponds with vehicular access (use is subject to District approval) or by the installation of a well or wells on the Wolf Pond South cattle lease area and transport via a truck-mounted holding tank to troughs. Such surface water withdrawal shall be subject to permit, if any, for surface water withdrawal. Wolf Pond West No water sources are available on the Wolf Pond West cattle grazing area. Livestock watering will have to occur from approved sources, e.g. by installation of a water well or obtained from offsite sources and transported to the cattle grazing lease area. c. Location of Water Troughs (all cattle grazing areas) - Water troughs shall be located at scattered locations within the cattle lease areas. Cattle watering troughs shall be periodically emptied of water, cleaned (if needed) and, if requested by the District s Project Manager, relocated a minimum of > 100 feet from their current location and within a < 10-day period to minimize long-term adverse impacts to native groundcover habitat. F. Cattle Shade Per BMPs, adequate cattle shade shall be provided at all cattle water trough locations or cattle water troughs shall be placed in adequately shaded areas, subject to location approval by the District s Project Manager. If cattle shade structures are required on the cattle grazing areas, Lessee shall assume all costs of purchase and installation. E. Utilities Except for the Wolf Pond South and West cattle grazing lease areas, there are currently no utilities available on the cattle grazing lease areas. Lessee is solely responsible for contacting providers, and any costs of connection and services, for any needed electric utilities. Lessee must obtain all necessary permits and authorizations needed including prior written approval from the District Project Manager prior to construction of any new utility connections. F. Exotic Plant Management - Lessee will be required to control any exotic invasive plant species within the cattle grazing lease area and cattle must be quarantined for seven days prior to release on the lease areas to prevent the introduction of any exotic invasive plant species. G. Public Use - The lease area is, and shall remain open for public recreational use which may include, but is not limited to, hiking, hunting administered by the Florida Fish and Wildlife NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 20

21 Conservation Commission, horseback riding, wildlife viewing and nature appreciation, Lessee must at all times be courteous to the general public and shall not restrict nor impede the public s recreational use of the cattle grazing lease area. H. Feral Hog and Coyote Hunting - The Lessee, when authorized by the District s Project Manager, shall trap or shoot feral hogs and/or coyotes on the cattle lease area and maintain a record of all feral hog and coyote control activities conducted by Lessee. Lessee agrees to meet with all District guidelines, if any, as provided in the lease agreement. A sample exhibit, SPECIAL CONDITIONS OF USE FOR NUISANCE FERAL HOG REMOVAL, is attached for bidder consideration. I. Prescribed Fire The Lessee shall conduct periodic prescribed burning on the cattle grazing lease areas as follows (see Exhibit Map D for all delineations of prescribed burn areas for all cattle grazing lease areas): a. The Lessee and the District shall prepare a Prescribed Burn Plan which will be attached to the Agreement. Such Prescribed Burn Plan shall contain, at a minimum, the following: b. Prior to ignition of any burns on the cattle grazing lease areas, the Lessee must obtain written authorization from the Florida Forest Service of the Department of Agriculture and Consumer Services. The Lessee will notify the District of a planned burn (a) no later than 120 hours prior to the ignition of the burn, and (b) no later than 24 hours prior to the ignition of the burn. The District may grant or refuse permission for a prescribed burn at its sole discretion. c. Lessee will be responsible for, at Lessee sole cost and expense, planning and conducting prescribed burns on all parts of the cattle grazing lease areas. The burnable cattle grazing areas are shown on the maps attached hereto as Exhibit Map E for all cattle grazing lease areas. The burnable cattle grazing areas are on a 2-3 year prescribed burn rotation. Prescribed burn rotations may be modified depending on the natural community response, other vegetation control activities or weather. The maximum burn rotation must not exceed one burn every two (2) years. Such prescribed burning shall be conducted in such a manner that it meets all of the requirements of Certified Prescribed Burning as such term is used in Section , Florida Statutes and is in compliance with the approved Prescribed Fire Management Plan (as defined below). d. Prior to the commencement of cattle grazing or the placement of any cattle on the cattle grazing lease areas, the Lessee and the District will create and agree to a fire management plan (the Prescribed Fire Management Plan ) for the cattle grazing lease areas. The Prescribed Fire Management Plan shall include at a minimum, the burn frequencies, burn units, fireline maintenance (as defined below), weather outlooks, precautionary measures, and proposed goals. The Prescribed Fire Management Plan may be approved on behalf of the District by its Executive Director or designee, which shall be the Project Manager. Should the parties be unable to agree on a Prescribed Fire Management Plan, the Agreement will be terminated. NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 21

22 e. Fireline maintenance will follow procedures listed in the most current addition of the Silviculture Best Management Practices (BMP's) manual developed by the Florida Department of Agriculture and Consumer Services, Florida Forest Service (FFS). New firelines must be approved by the District Project prior to installation. Firelines primarily consist of public and land management access roads, existing firelines and natural fire breaks located around the perimeter and interior of the cattle grazing lease areas. The installation and maintenance of any new interior firelines within the cattle grazing areas will be subject to District review and approval by the District s Project Manager. Except for any District approved interior firelines, natural, artificial and wet line firebreaks shall be utilized at all times. This will help minimize soil erosion, hydrologic alterations, and impacts on natural plant communities and historic or prehistoric resources. Types of natural firebreaks include: rivers, lakes, streams, wetlands, etc. Artificial firebreaks are existing disturbances, facilities or cleared areas that may include: firelines, roads, ditches, trails, utility easements, black lines and foam. Wet line firelines are installed immediately prior to prescribe fire ignition activities. The District requires that all fireline installation and maintenance work produce a flat line that does not contain berms that may block or channel water flow. Root mats or heavy vegetation should be spread out within the block to avoid fuel build-up along the edges. Fireline installation and maintenance shall not adversely impact known listed plant or animal species, archeological resources, public use facilities such as access roads, hiking or equestrian trails, or enable the spread of exotic plant infestations. The Lessee or Lessee s contractor(s) are required to avoid gopher tortoise burrows when constructing or refreshing firelines. Interior fireline widths should have six (6) to eight (8) feet of exposed mineral soil after reworking. When possible, fireline maintenance should occur during early growing season. Prescribed fires that escape or become out-of-prescription are often subject to emergency firelines. On District cattle grazing lease areas, the preferred method for controlling such a fire is with a brush truck or other water delivery vehicle or to let the fire burn to the nearest firebreak (including back-firing off of existing nearby firebreaks). If these methods cannot be safely and effectively implemented, a tractor and fire plow should be used for suppression purposes. If a fire plow is used to install a fireline, or control an escaped or out of prescription fire, the plowed lines must be reworked to a flat line then abandoned as soon as possible. f. Any and all damages to the cattle grazing lease areas or the improvements and timber thereon caused by fire or smoke resulting from prescribed burning conducted on the cattle grazing lease areas by the Lessee must be repaired by the Lessee at its sole expense. g. The District reserves the right to conduct its own prescribed burning on the cattle grazing lease areas. In such event, the District will provide the Lessee not less than thirty (30) days written notice of the intent to conduct any prescribed burns on the cattle grazing lease areas and the reason for the burns. It will be the responsibility of the Lessee to move or protect any cattle or improvements from the proposed prescribed burn. NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 22

23 J. Fees and In-kind Services - The annual rental amount resulting from this Lease is due in whole upon execution of the Lease and all future payments will be due on the anniversary date of the Lease. During the lease term, the Lessee may substitute District perimeter boundary fence segment labor and material costs and gates, cattle guards or gaps or equestrian trail gaps labor and material costs that occur on public access roads as delineated and approved by the District. Proposed work service credits for fencing, gates, cattle guards or gaps or equestrian trail gaps shall be approved by the District s Project Manager prior to the installation and construction of any of these structures. Lessee shall document and verify by weekly timesheets and receipts the actual cost of labor and materials and all structures shall be inspected and approved by the District s Project Manager before work service credits are deducted from the cattle grazing lease fee during any effective year for work performed by Lessee. There is no guarantee that a full payment s worth will be approved in any lease year. No work service credit will be approved for any other work that is normally associated with cattle grazing operations. Work service credit for any completed installation and construction of the above mentioned structures shall be deducted from the following year s lease payment. Approved work service credit completed during the final year of lease may be reimbursed up to the cash amount paid in advance for the final year, less any unpaid amount. In the event the District terminates this Lease by 30-day written notice to Lessee, the District shall reimburse Lessee for all preapproved work performed by Lessee through the date of the notice. K. The Grisset Pond (North and South) cattle grazing lease area will be subject to approval of a Washington County comprehensive plan amendment allowing cattle grazing. NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 23

24 INSTRUCTIONS FOR PREPARING BIDS PART III 3-1 RULES FOR BIDS A. COMPLIANCE All bids must comply with applicable Florida Statutes, laws and rules. B. BID ENVELOPE REQUIREMENTS One copy of the bid must be submitted in a sealed opaque envelope. The face of the envelope shall state in capital letters: "SEALED BID ON BID NUMBER 16B-013 TO BE OPENED SEPTEMBER 6, 2016, 2:30 P.M. EDT AT THE HEADQUARTERS OF THE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT." C. BID DELIVERY RESPONSIBILITIES It is the bidder's responsibility to ensure that his/her bid is delivered at the proper time and place of the opening. Bids which for any reason are not so delivered will not be considered. Bids by telegram or telephone will not be acceptable. The Northwest Florida Water Management District is located in the Eastern Time Zone, approximately ten (10) miles west of Tallahassee on U.S. Highway 90. D. DISTRICT FORMS When included, all bids shall be submitted on forms supplied by the Northwest Florida Water Management District. E. PERFORMANCE BONDS A performance bond will not be required from the Lessee. F. CONFLICT OF INTEREST The award hereunder is subject to Chapter 112, Florida Statutes. All bidders shall disclose with their bids the name of any officer, director, board member or agent who is also an employee of the State of Florida, or any of its agencies. Further, all bidders shall disclose the name of any state employee or any governing board member or employee of the District who owns directly or indirectly an interest of ten percent (10%) or more in the bidder's firm, subsidiaries or branches. NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 24

25 G. TAX EXEMPT The District is not subject to Florida sales tax or to any federal excise taxes on all sales made directly to the District. The District s tax exemption status shall in no way be used by the selected Bidder to satisfy the terms of the bid or resulting agreement. H. TRANSPORTATION Any transportation or other charges incurred in the delivery of the product or service as specified must be included in the bid price. I. TIE BIDS Per District policies and procedures, if two equal responses to a solicitation or a request for quote are received and one response is from a certified minority business enterprise, the District shall enter into a contract with the certified minority business enterprise. If this does not resolve the identical proposals, Rule 60A F.A.C will take precedence. NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 25

26 3-2 BIDDER ACKNOWLEDGMENT I, the undersigned, having read Parts I through V of this Invitation to Bid, BID NUMBER 16B- 013 and having a comprehensive understanding of all provisions, rules, requirements, restrictions, etc. contained herein, agree to same and respectfully submit the bid contained herein. Authorized Signature Position or Title Printed or Typed Name of Above Signature Company Unsigned bids may be rejected by the Agency Clerk of the Northwest Florida Water Management District. Candice Costello, Agency Clerk Northwest Florida Water Management District NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 26

27 EVALUATION OF BIDS PART IV 4-1 EVALUATION METHOD AND CRITERIA 2016 Cattle Grazing Lease Area Bids The District will award the 2016 Cattle Grazing Lease bids based on the highest lease price per cow and calf unit for the 213-acre Grisset Pond or 910-acre Wolf Pond cattle grazing lease areas either separately or in combination, subject to the District s best interest. One lessee will be selected for the 213-acre Grisset Pond cattle grazing lease area and for the 910-acre Wolf Pond cattle grazing lease area separately or in combination for the 10-year term of the lease agreement, subject to the District s best interest. NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 27

28 4-2 BID SHEET 2016 Cattle Grazing Lease Area Bids Bid Sheet Cattle Grazing Lease Area Cow and Calf Units (Maximum) Lease Price Per Cow and Calf Unit Total Lease Price Grisset Pond (North/South) 20 $ $ Wolf Pond North 11 $ $ Wolf Pond South 14 $ $ Wolf Pond North & South Combined 25 $ $ Wolf Pond West 65 $ $ Wolf Pond North, South & West Combined 90 $ $ Grand Total Bid: $ Note: Total Lease Price is the lease price per cow and calf unit x the maximum number of cow and calf units allowed per cattle grazing lease area, separately or in combination. I certify that this bid is made without subsequent understanding, agreement or connection with any corporation, firm, or person submitting a bid for the cattle grazing lease areas, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the Bidder and that the Bidder is in compliance with all requirements of the Invitation to Bid. Bidder Signature Date Bidder Name (Print or Type) Company Name Bidder Title Address Area Code Telephone Number City State Zip Address Federal Employers Identification (FEID#) (Use SS # if no FEID #) NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 28

29 DRAFT 2016 CATTLE GRAZING LEASE AGREEMENT PART V 5-1 DRAFT 2016 CATTLE GRAZING LEASE AGREEMENT Subject to the receipt of a bid or bids for one or more of the cattle grazing lease areas (separately or in combination) and Governing Board approval of a bid or bids, the District will draft a cattle grazing lease agreement for consideration by the Lessee. The draft agreement will be subject to internal District staff review and legal counsel review and approval. NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 29

30 NWFWMD ITB No. 16B-013; 2016 Cattle Grazing Lease Areas Page 30

INVITATION TO BID 2017 UPLAND WIREGRASS SEED COLLECTION BID NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-002)

INVITATION TO BID 2017 UPLAND WIREGRASS SEED COLLECTION BID NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-002) INVITATION TO BID 2017 UPLAND WIREGRASS SEED COLLECTION BID NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-002) The Northwest Florida Water Management District, 81 Water Management Drive,

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID RFP 12/ LR WOODS MOWING SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID RFP 12/ LR WOODS MOWING SERVICES. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID RFP 12/13-009 LR WOODS MOWING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions to Bidders 2

More information

INVITATION TO BID ECONFINA CREEK 2017 BURNT TRAILER SAND PINE TIMBER SALE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-018)

INVITATION TO BID ECONFINA CREEK 2017 BURNT TRAILER SAND PINE TIMBER SALE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-018) INVITATION TO BID ECONFINA CREEK 2017 BURNT TRAILER SAND PINE TIMBER SALE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-018) The Northwest Florida Water Management District, 81 Water Management

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 15/ AO SWIFT CREEK ROLLER CHOPPING SERVICES.

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 15/ AO SWIFT CREEK ROLLER CHOPPING SERVICES. SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 15/16-022 AO SWIFT CREEK ROLLER CHOPPING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions

More information

INVITATION TO BID UPLAND WIREGRASS SEED COLLECTION AND SALE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 14B-001)

INVITATION TO BID UPLAND WIREGRASS SEED COLLECTION AND SALE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 14B-001) INVITATION TO BID UPLAND WIREGRASS SEED COLLECTION AND SALE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 14B-001) The Northwest Florida Water Management District, 81 Water Management Drive,

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 14/15-036AO MALLORY SWAMP DITCH MOWING SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 14/15-036AO MALLORY SWAMP DITCH MOWING SERVICES. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 14/15-036AO MALLORY SWAMP DITCH MOWING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions

More information

INVITATION TO BID 2017 PINE AND HARDWOOD TREE ERADICATION SERVICES NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-014)

INVITATION TO BID 2017 PINE AND HARDWOOD TREE ERADICATION SERVICES NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-014) INVITATION TO BID 2017 PINE AND HARDWOOD TREE ERADICATION SERVICES NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-014) The Northwest Florida Water Management District, 81 Water Management

More information

INVITATION TO BID CHOCTAWHATCHEE RIVER HARRIS CHAPEL 2018 THINNING TIMBER SALE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 18B-003)

INVITATION TO BID CHOCTAWHATCHEE RIVER HARRIS CHAPEL 2018 THINNING TIMBER SALE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 18B-003) INVITATION TO BID CHOCTAWHATCHEE RIVER HARRIS CHAPEL 2018 THINNING TIMBER SALE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 18B-003) The Northwest Florida Water Management District, 81 Water

More information

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT. Request for Proposals (RFP) No PROFESSIONAL SURVEYING SERVICES

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT. Request for Proposals (RFP) No PROFESSIONAL SURVEYING SERVICES NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT Request for Proposals (RFP) No. 15-002 PROFESSIONAL SURVEYING SERVICES The Northwest Florida Water Management District (District), 81 Water Management Drive,

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSAL NO. 09/10-018LM NON-NATIVE, INVASIVE WEED CONTROL. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSAL NO. 09/10-018LM NON-NATIVE, INVASIVE WEED CONTROL. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSAL NO. 09/10-018LM NON-NATIVE, INVASIVE WEED CONTROL Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 16/17-008AO FORESTRY CONSULTING SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 16/17-008AO FORESTRY CONSULTING SERVICES. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 16/17-008AO FORESTRY CONSULTING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposal Schedule 2 3 Instructions to

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 09/ LAM APPROVED REAL ESTATE BROKERS. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 09/ LAM APPROVED REAL ESTATE BROKERS. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 09/10-035 LAM APPROVED REAL ESTATE BROKERS Table of Contents Section Description Page 1 Introduction 1 2 Proposed Schedule 2 3 Instruction

More information

INVITATION TO BID SR-15 DEVILS HAMMOCK #1 REBID

INVITATION TO BID SR-15 DEVILS HAMMOCK #1 REBID SRWMD ITB 14/15-029 AO INVITATION TO BID SR-15 DEVILS HAMMOCK #1 REBID Suwannee River Water Management District (SRWMD or Owner) invites you to participate in the bidding process for timber on the property

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID ITB 16/17-027AO FORESTRY CONSULTING SERVICES. Table of Contents. Section Title Page

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID ITB 16/17-027AO FORESTRY CONSULTING SERVICES. Table of Contents. Section Title Page SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID ITB 16/17-027AO FORESTRY CONSULTING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions to Bidders

More information

INVITATION TO BID 2017 AERIAL SITE PREPARATION PROJECT NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-017)

INVITATION TO BID 2017 AERIAL SITE PREPARATION PROJECT NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-017) INVITATION TO BID 2017 AERIAL SITE PREPARATION PROJECT NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-017) The Northwest Florida Water Management District, 81 Water Management Drive, Havana,

More information

INVITATION TO BID SALE OF SURPLUS MODULAR OFFICE BUILDING NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 15B-015)

INVITATION TO BID SALE OF SURPLUS MODULAR OFFICE BUILDING NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 15B-015) INVITATION TO BID SALE OF SURPLUS MODULAR OFFICE BUILDING NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 15B-015) The Northwest Florida Water Management District, 81 Water Management Drive, Havana,

More information

INVITATION TO BID 2016 UPLAND WIREGRASS TUBELING BID NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 16B-004)

INVITATION TO BID 2016 UPLAND WIREGRASS TUBELING BID NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 16B-004) INVITATION TO BID 2016 UPLAND WIREGRASS TUBELING BID NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 16B-004) The Northwest Florida Water Management District, 81 Water Management Drive, Havana,

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID. No. 17/18-009EO

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID. No. 17/18-009EO SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID No. 17/18-009EO PHASE 1 ENVIRONMENTAL SITE ASSESSMENT FOR ROCK BLUFF SPRINGS, LLC TRACT 172.30 ACRES ±, IN GILCHRIST COUNTY Table of Contents

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 12/ LR APPROVED SURVEYOR LIST. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 12/ LR APPROVED SURVEYOR LIST. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 12/13-021 LR APPROVED SURVEYOR LIST Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions to

More information

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE EXHIBIT 1 Solicitation Date: PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16/ AO 2017 INVASIVE PLANT TREATMENT SERVICES.

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16/ AO 2017 INVASIVE PLANT TREATMENT SERVICES. SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 2017 INVASIVE PLANT TREATMENT SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions to Bidders

More information

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time. SALE OF PROPERTY INVITATION TO BID Bidder Acknowledgment Form ADAM H. PUTNAM COMMISSIONER BID SALE NO.: SOP/FFS-13/14-03 REBID Agency Mailing Date: October 11, 2013 Page 1 of 11 Pages SUBMIT BIDS TO: Reason

More information

REQUEST FOR PROPOSAL (RFP) ECONFINA CREEK WATER MANAGEMENT AREA PINE FOREST INVENTORY SERVICES RFP #13-003

REQUEST FOR PROPOSAL (RFP) ECONFINA CREEK WATER MANAGEMENT AREA PINE FOREST INVENTORY SERVICES RFP #13-003 REQUEST FOR PROPOSAL (RFP) ECONFINA CREEK WATER MANAGEMENT AREA PINE FOREST INVENTORY SERVICES RFP #13-003 NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT 81 WATER MANAGEMENT DRIVE HAVANA, FLORIDA 32333 08-19-2013

More information

INVITATION TO BID NO. 15/ AO CHEMICAL APPLICATION SERVICES. Table of Contents

INVITATION TO BID NO. 15/ AO CHEMICAL APPLICATION SERVICES. Table of Contents INVITATION TO BID NO. 15/16-017 AO CHEMICAL APPLICATION SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Bid Schedule 2 3 Instruction to Bidders 2 4 Key Points 3 5 Scope of Work 5 6 Bid

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 08/ LA REVIEW APPRAISER SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 08/ LA REVIEW APPRAISER SERVICES. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 08/09-120 LA REVIEW APPRAISER SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions

More information

ITB 13/14-89 Exhibit A DRAFT CONTRACT FOR GRAZING ON DINNER ISLAND RANCH WILDLIFE MANAGEMENT AREA (WMA), WEST SIDE

ITB 13/14-89 Exhibit A DRAFT CONTRACT FOR GRAZING ON DINNER ISLAND RANCH WILDLIFE MANAGEMENT AREA (WMA), WEST SIDE FWC Contract # ITB 13/14-89 Exhibit A DRAFT CONTRACT FOR GRAZING ON DINNER ISLAND RANCH WILDLIFE MANAGEMENT AREA (WMA), WEST SIDE This CONTRACT is entered into by and between the FLORIDA FISH AND WILDLIFE

More information

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses State of Florida Department of Transportation District 4 Office of Procurement 3400 West Commercial Boulevard Ft. Lauderdale, Florida 33309-3421 INVITATION TO BID REGISTRATION ******************************************************************************

More information

State of Florida Department of Transportation

State of Florida Department of Transportation ITB-DOT-10/11-4023FS State of Florida Department of Transportation INVITATION TO BID ITB Number: Project Description: MANDATORY PRE-BID CONFERENCE Deadline for Questions Sealed Bids Due: ITB-DOT-1 0/11-4023FS

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

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

More information

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT. Request for Proposals ("RFP") No Contractual Services Water Resources Program Support

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT. Request for Proposals (RFP) No Contractual Services Water Resources Program Support NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT Request for Proposals ("RFP") No. 16-001 Contractual Services Water Resources Program Support The Northwest Florida Water Management District, 81 Water Management

More information

Ft. Lauderdale, FL July 14, 2017 Advertisement No. 1

Ft. Lauderdale, FL July 14, 2017 Advertisement No. 1 BID SOLICITATION NOTICE District 4 FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS FDOT District 4- Office of Procurement 3400 W. Commercial Blvd. Ft. Lauderdale, FL 33309 Ft.

More information

NOTICE TO BID. Electrician/Helper Temporary Service, Florida State University

NOTICE TO BID. Electrician/Helper Temporary Service, Florida State University NOTICE TO BID THERE WILL BE A PUBLIC BID OPENING BID NUMBER: : Location: TITLE: FAC017-12 B.J. Lewis, Facilities Purchasing 969 Learning Way, 102A MMA, FSU Campus Tallahassee, Florida 32306 Electrician/Helper

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16/17-035AO CHEMICAL APPLICATION SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16/17-035AO CHEMICAL APPLICATION SERVICES. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16/17-035AO CHEMICAL APPLICATION SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Bid Schedule 2 3 Instruction to Bidders

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 13/ AO SECONDARY ROAD MOWING SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 13/ AO SECONDARY ROAD MOWING SERVICES. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 13/14-045 AO SECONDARY ROAD MOWING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Bid Schedule 2 3 Instructions to Bidders

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6104 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03

More information

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017 SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/

More information

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

CITY 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 information

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2 TABLE OF CONTENTS General Requirements Total Pages Table of Contents 3 List of Drawings 1 Procurement Requirements Advertisement for Bids 2 Instruction for Procurement Instructions to Bidders 8 Procurement

More information

DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACT MANAGEMENT BRANCH ISSUED ADDENDUM. From: Department of Military Affairs, CFMO Contracting Branch

DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACT MANAGEMENT BRANCH ISSUED ADDENDUM. From: Department of Military Affairs, CFMO Contracting Branch DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACT MANAGEMENT BRANCH ISSUED ADDENDUM October 9, 2018 ADDENDUM # 1 Project # 210032 Project Name: CBJTC RV Storage Lot From: Department of Military Affairs, CFMO

More information

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida,

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida, EXHIBIT 1 Solicitation Date: June 8, 2018 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED CONTRACTORS BY THE STATE OF FLORIDA DEPARTMENT OF MILITARY AFFAIRS HEREINAFTER REFERRED TO AS OWNER, FOR CONSTRUCTION

More information

GENERAL SPECIFICATIONS Southcentral Region PR Dozer Line Construction

GENERAL SPECIFICATIONS Southcentral Region PR Dozer Line Construction GENERAL SPECIFICATIONS Southcentral Region PR Dozer Line Construction I. SCOPE OF WORK: The P e n n s y l v a n i a Game C o m m i s s i o n ( PGC), S o u t h c e n t r a l R e g i o n, r e q u i r e s

More information

REQUEST FOR PROPOSALS # FOR PROFESSIONAL SERVICES ENVIRONMENTAL CONSULTING FIRM- TO THE GEORGETOWN DIVIDE RESOURCE CONSERVATION DISTRICT

REQUEST FOR PROPOSALS # FOR PROFESSIONAL SERVICES ENVIRONMENTAL CONSULTING FIRM- TO THE GEORGETOWN DIVIDE RESOURCE CONSERVATION DISTRICT Georgetown Divide Resource Conservation District 100 Forni Road, Suite A Placerville, CA 95667 Phone (530) 295-0120 REQUEST FOR PROPOSALS #01-2018 FOR PROFESSIONAL SERVICES ENVIRONMENTAL CONSULTING FIRM-

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY

HILLSBOROUGH COUNTY AVIATION AUTHORITY HILLSBOROUGH COUNTY AVIATION AUTHORITY INVITATION TO QUOTE FOR Security Access Control Software Maintenance QUOTE NUMBER: 14-534-805 ISSUE DATE: July 16, 2014 1.0 Background and Contact Information 1.01

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

Storm Water Mitigation Services ITB SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

Storm Water Mitigation Services ITB SEMINOLE TRIBE OF FLORIDA INVITATION TO BID SEMINOLE TRIBE OF FLORIDA INVITATION TO BID Solicitation #: ITB 58-2018 Title: Description: Storm Water Mitigation Services The Seminole Tribe of Florida ( Tribe or STOF ) is requesting proposals from

More information

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by THE COMMUNITY AND ECONOMIC DEVELOPMENT ASSOCIATION OF COOK COUNTY, INC. Invitation for Bid Specification For Motor Vehicle Storage For CEDA Weatherization Bid Submitted by Bidder: Phone No. Address: Contact

More information

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

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

More information

INVITATION TO BID (ITB)

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

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

CITY OF FLORENCE, SC INVITATION TO BID NO DEMOLITION AND LOT CLEARING at W. CHEVES STREET

CITY OF FLORENCE, SC INVITATION TO BID NO DEMOLITION AND LOT CLEARING at W. CHEVES STREET CITY OF FLORENCE, SC INVITATION TO BID NO. 2014-69 DEMOLITION AND LOT CLEARING at 167-169 W. CHEVES STREET Sealed bids will be received in the office of Purchasing and Contracting in the City Center, 324

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information

AGENDA. PRE-BID/ SITE VISIT MEETING Tuesday, June 26, 2017, 10:00 am. Project# UTES Life Cycle Maintenance Avon Park, FL

AGENDA. PRE-BID/ SITE VISIT MEETING Tuesday, June 26, 2017, 10:00 am. Project# UTES Life Cycle Maintenance Avon Park, FL AGENDA PRE-BID/ SITE VISIT MEETING Tuesday, June 26, 2017, 10:00 am Project# 214003 UTES Life Cycle Maintenance Avon Park, FL 1. SIGN-IN OF ALL ATTENDEES: 2. INTRODUCTIONS: 3. PROJECT DESCRIPTION/ SCOPE

More information

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID SEMINOLE TRIBE OF FLORIDA INVITATION TO BID Solicitation #: ITB 57-2018 Title: Description: Term/Duration: Solicitation Release Date: May 22, 2018 Big Cypress Demolition Project The Construction Management

More information

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID 2018-119 TREE SERVICES ROSTER RESPONSE DEADLINE: Thursday, April 19, 2018, 3:00 p.m. The Kitsap County Purchasing Office

More information

A. All Responses to Request for Statements shall be sent to:

A. All Responses to Request for Statements shall be sent to: CITY OF FEDERAL WAY REQUEST FOR STATEMENT OF QUALIFICATIONS ARCHITECTURAL AND ENGINEERING SERVICES Surface Water Management ( SWM ) Comprehensive Plan Capital Improvements Program Update and Rate Study

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Community Development Block Grant (HUD) Invitation To Bid for CDBG HOUSING REHABILITATIONS WINTER 2018 (EACH HOUSE TO BE BID SEPARATELY) Contact: Mike Sheppard Phone: 734 394-5225

More information

REQUEST FOR PROPOSAL SUPPLY OF

REQUEST FOR PROPOSAL SUPPLY OF TOWN OF SANDOWN, NH REQUEST FOR PROPOSAL SUPPLY OF #2 HEATING OIL, PROPANE GASOLINE AND DIESEL BID DUE DATE: September 6, 2018 Page 1 of 10 I. General Conditions 1. General Information: The Selectmen s

More information

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES The City of Manchester (City) is requesting Competitive Sealed Proposals from qualified firms interested in contracting with the City

More information

EXHIBIT 1. PROJECT NAME & LOCATION: Brooksville National Guard Armory Renovation, Spring Hill Drive, Brooksville, Florida

EXHIBIT 1. PROJECT NAME & LOCATION: Brooksville National Guard Armory Renovation, Spring Hill Drive, Brooksville, Florida EXHIBIT 1 Solicitation Date: March 5, 2014 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED (GENERAL) CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED TO AS OWNER,

More information

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS HCPS STANDARDS DOCUMENT. No.: 01000 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-07-14 Revised to increase custodial overtime

More information

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CASTRO AVE. AND F.M. 462 WATER IMPROVEMENTS PUBLISHED DATE: March 1, 2018 RESPONSE DUE DATE: April 24, 2018 Interested vendors must submit a RESPONSE PACKAGE

More information

AGENDA. PRE-BID / SITE VISIT MEETING May 19, 2017 (10:00 AM)

AGENDA. PRE-BID / SITE VISIT MEETING May 19, 2017 (10:00 AM) AGENDA PRE-BID / SITE VISIT MEETING May 19, 2017 (10:00 AM) Project Number: 214001 Project Name: NTC Orlando Fence and Force Protection Project Location: Orlando, Florida 1. SIGN-IN OF ALL ATTENDEES: 2.

More information

CHARLES COUNTY GOVERNMENT. Home Elevation in Newburg. ITB Number 15-20

CHARLES COUNTY GOVERNMENT. Home Elevation in Newburg. ITB Number 15-20 CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Home Elevation in Newburg ITB Number 15-20 December 2, 2014 ADDENDUM NUMBER ONE TO: All Bidders Please be

More information

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,

More information

INVITATION TO BID U Directional Boring Utility Department

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

More information

Raising Meat Goats in Southern Nevada

Raising Meat Goats in Southern Nevada Fact Sheet-16-11 Raising Meat Goats in Southern Nevada Carol Bishop, Extension Educator, Northeast Clark County This publication estimates the costs and returns for raising a herd of 25 Boer or Boer/Spanish

More information

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

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

More information

REQUEST FOR PROPOSAL FOR: Provide Door Lock Repair, Service & Material

REQUEST FOR PROPOSAL FOR: Provide Door Lock Repair, Service & Material REQUEST FOR PROPOSAL FOR: Provide Door Lock Repair, Service & Material NHTI Concord s Community College NHTI14-70 PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for NHTI Concord

More information

3B 72) 1.0 INTRODUCTION

3B 72) 1.0 INTRODUCTION 1.0 INTRODUCTION Peace River Manasota Regional Water Supply Authority Request for Statement of Qualifications From s For Regional Integrated Loop System Phase 3B Interconnect Project (Preymore Interconnect

More information

NOTICE OF PROPOSAL INVITATION

NOTICE OF PROPOSAL INVITATION NOTICE OF PROPOSAL INVITATION Proposal Name: Proposal Number: Transportation Fuels, Propane and Heating Oil TEC-103-16 Proposal Submission Deadline Date and Time: July 6, 2016 at 2:00 p.m. Contract Term:

More information

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES Prepared by: Ken Crawford DUE: April 17, 2018 2:00 PM Mountain Time Ogden City School District Purchasing Department Room #210 1950 Monroe Blvd.

More information

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Invitation to Bid-B-05-01 Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Purpose: The City of Palm Coast, Flagler County, Florida is accepting proposals to provide underbrush mowing

More information

ADDENDUM No. 2. August 1, 2018

ADDENDUM No. 2. August 1, 2018 ADDENDUM No. 2 August 1, 2018 TO: FROM: RE: PROSPECTIVE BIDDERS GALE ASSOCIATES, INC. 160 N. Westmonte Drive Suite 1200 Altamonte Springs, FL 32714 407 599 7031 Indian River Elementary School Roof Replacement

More information

Hunting License. County Tract Name Acres Cost $

Hunting License. County Tract Name Acres Cost $ Hunting License THIS AGREEMENT made and entered into this day of, 2014, by and between Thiele Kaolin Company (hereinafter called Owner) and (a formal or informal hunting club, which together its members

More information

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

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

More information

FOURTH AVENUE BUILDING (FAB) EMERGENCY OPERATIONS CENTER UNINTERRUPTABLE POWER SUPPLY Solicitation #1571

FOURTH AVENUE BUILDING (FAB) EMERGENCY OPERATIONS CENTER UNINTERRUPTABLE POWER SUPPLY Solicitation #1571 FOURTH AVENUE BUILDING (FAB) EMERGENCY OPERATIONS CENTER UNINTERRUPTABLE POWER SUPPLY Solicitation #1571 Invitation to Bid for Electrical Contractor Services December 14, 2015 Mandatory Pre-Bid Meeting**

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16/ AO 2017 CHEMICAL APPLICATION SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16/ AO 2017 CHEMICAL APPLICATION SERVICES. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16/17-014 AO 2017 CHEMICAL APPLICATION SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Bid Schedule 2 3 Instruction to Bidders

More information

INSTRUCTIONS TO BIDDERS

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

More information

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project Request for Proposal For Design Engineering Services City of Lansing, Kansas Wastewater Utility Department 800 First Terrace Lansing, Kansas 66043 February 14, 2018 Page 1 of 14 A. INTRODUCTION The City

More information

ENBRIDGE ENERGY LIMITED PARTNERSHIP SPECIAL USE PERMIT

ENBRIDGE ENERGY LIMITED PARTNERSHIP SPECIAL USE PERMIT Page 1 of 6 Chequamegon- Nicolet National Forest ENBRIDGE ENERGY LIMITED PARTNERSHIP SPECIAL USE PERMIT Fact Sheet July 5, 2017 Situation: Enbridge Energy Limited Partnership (Enbridge) has requested to

More information

RETZ FARM AGRICULTURAL TILLAGE LEASE AGREEMENT

RETZ FARM AGRICULTURAL TILLAGE LEASE AGREEMENT RETZ FARM AGRICULTURAL TILLAGE LEASE AGREEMENT This Agricultural Tillage Lease ( Lease ) is made and entered into by and between New Castle County, a political subdivision of the State of Delaware ( County

More information

REQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL

REQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL REQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL RFP Circulation Date: 08/01/14 Proposal Submission Deadline: 08/20/14 1 CITY OF GALESBURG PURCHASING

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements Resurfacing projects are among the most common and routine types of projects regularly conducted by highway agencies. When resurfacing projects

More information

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4 CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4 Please quote your delivered prices to the City of Hutchinson on items or services listed below. Consult attached minimum and general specifications for requirements.

More information

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst

More information

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

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

More information

Glenwood/Bell Street Well Pump and Piping Construction

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

More information

Request for Proposals

Request for Proposals Request for Proposals Measure & List of New Construction for Forsyth County Proposals Will Be Received Until 12:00 Noon, Friday April 6, 2018 By The City of W-S/Forsyth Co. Purchasing Department In Room

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST PUR421 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 2013 @ 10:00 AM The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide

More information

INVITATION TO BID PROJECT NAME: WATER POLLUTANT REDUCTION TACTICS PROJECT (PURCHASE AND INSTALLATION) ITB NO.: B CITY OF LAUDERDALE LAKES

INVITATION TO BID PROJECT NAME: WATER POLLUTANT REDUCTION TACTICS PROJECT (PURCHASE AND INSTALLATION) ITB NO.: B CITY OF LAUDERDALE LAKES INVITATION TO BID PROJECT NAME: WATER POLLUTANT REDUCTION TACTICS PROJECT (PURCHASE AND INSTALLATION) ITB NO.: 18-6362-14B CITY OF LAUDERDALE LAKES Financial Services Department 4300 NW 36 th Street Lauderdale

More information

TOWN OF ROCKLAND. Request for Proposal SNOW & ICE REMOVAL

TOWN OF ROCKLAND. Request for Proposal SNOW & ICE REMOVAL TOWN OF ROCKLAND BROWN COUNTY, WISCONSIN Request for Proposal SNOW & ICE REMOVAL Issued February 23, 2015 DEADLINE 12:30 PM Monday, March 16, 2015 CONTACT: DENNIS CASHMAN CHAIRMAN 1712 BOB-BEA-JAN ROAD

More information

REQUEST FOR BID PROPOSALS

REQUEST FOR BID PROPOSALS REQUEST FOR BID PROPOSALS FOR EASTERN OREGON TRADE AND EVENT CENTER PROJECT BID ISSUANCE #8 LANDSCAPING AND IRRIGATION Hermiston, Oregon February 12, 2016 Eastern Oregon Trade and Event Center BID ISSUANCE

More information

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

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

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

More information

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract REQUEST FOR QUOTATIONS 2018 Tree Maintenance Program Bucket Truck and Stump Grinding Contract April 2018 Quotes shall be submitted by completing this document and placing it in a sealed, opaque envelope,

More information

EXHIBIT 1 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS BY THE

EXHIBIT 1 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS BY THE EXHIBIT 1 Solicitation Date: March 19, 2018 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED TO AS OWNER,

More information