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

Size: px
Start display at page:

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

Transcription

1 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 2 4 Key Points 3 5 Scope of Work 5 6 Bid Response Form 9 Suwannee River Water Management District 9225 CR 49 Live Oak, FL (Fax) (Florida only) SRWMD ITB 16/ AO - Page 1 of 14

2 SECTION 1 - INTRODUCTION The Suwannee River Water Management District (District or SRWMD) is accepting bids from experienced contractors to apply chemical herbicides along approximately 41 miles of ditch edges in the Mallory Swamp Wildlife Management Area. Treatment areas were mowed in spring FY2017. The objective of this work is to reduce the growth of vegetation along roadside ditches to help increase the width of defendable area along the roads and decrease the potential for fire to spot across the roads. This work will help facilitate the safe use of prescribed fire, provide benefits to natural systems, maintain the integrity of existing water management structures, and provide open areas along canal and ditch edges for recreational use. The initial contract shall be for a period ending September 30, 2017, with the potential for two subsequent one-year renewals based upon the prior year s performance by the Contractor, the same terms and conditions or terms more favorable to the District, and mutual agreement of the District and the Contractor. SECTION 2 - BID SCHEDULE August 3, 2017 Release of Invitation to Bid (ITB). August 18, 2017 Bids due prior to 10:00 a.m. at District Headquarters in Live Oak. Opening will occur at this time. * September 1, 2017 Anticipated start date. *Denotes a public meeting. All times denote Eastern Standard Time/Daylight Savings Time SECTION 3 - INSTRUCTION TO BIDDERS 1. Delivery of Bids: Bidders are required to complete and submit one (1) original and one (1) copy of all forms included in SECTION 6. Bid forms shall be sent in one envelope to: Penny Flickinger, Business Resource Specialist III Suwannee River Water Management District 9225 County Road 49 Live Oak, Florida Phone: All bids shall be submitted in sealed envelopes with the following clearly marked in large, bold and/or colored lettering. ITB NO. 16/17-035AO Bid Opening 7/18/ :00 a.m. Bids delivered in an envelope not properly marked with the ITB number and opening date and time that are inadvertently opened by District personnel will not be considered. 3. Bids are due at the above address by 10:00 a.m. on August 18, Bids received after this time, for any reason, will be rejected. Bids placed in the mail should be mailed in time for delivery the prior day. No common carrier guarantees next-day delivery to District headquarters. 4. Bids must be hard copy. Electronic or FAX transmittals will not be accepted. 5. Additional Information: Bidders can contact Scott Gregor at for additional information about the project. Bid packages may be obtained by logging on to SRWMD ITB 16/ AO - Page 2 of 14

3 or by contacting Pennie Flickinger at or , Florida only. SECTION 4 KEY POINTS License Requirements: Bidders shall possess a current Florida Department of Agriculture and Consumer Services (FDACS) Commercial Applicator License with further certification in the Forestry Pest Control or Natural Areas Weed Management categories. Contractors are required to print and submit a license verification form from FDACS for each field supervisor listed in SECTION 6; this form provides current information on license expiration date and license categories; this form can be found online at: after conducting a search using the name and/or license number for each field supervisor, click on the last name to see the form with the required information; print this form and include with this bid submittal. Chemical Application Requirements: Contract compliance requires Bidders to ensure 100% coverage of treatment areas and 95% mortality of targeted vegetation within these areas; Bidders should take these requirements into account when providing bids. If coverage and/or mortality rates are not met, Bidders will be required to re-treat areas with no additional cost to the District. Selection of Contractor: In accordance with sub section (1)(a)4, Florida Statutes, the contract shall be awarded to the responsible and responsive vendor who submits the lowest responsive bid. The District will evaluate references that document past experience completing forestry related herbicide projects. Should the successful Bidder be unable at any time to accomplish the work he has been contracted for, the next ranked Bidder for the same task may be contacted to complete the required work. Challenge of Solicitation Process: If a potential bidder protests any provisions of this ITB, a notice of intent to protest shall be filed with the District in writing within 72 hours after the posting of the invitation to bid on the District s website. Failure to file a protest within the time prescribed in Section (3), Florida Statutes shall constitute a waiver of proceedings under Chapter 120 of Florida Statutes. Challenge of District s Intent to Award Contract: If a bidder intends to protest District s intent to award Contract, the notice of intent to protest must be filed in writing within 72 hours after posting of a notice of intent to award contract and the bidder shall file a formal written protest within ten (10) days after filing of notice of intent to protest. Any bidder who files a formal written protest pursuant to Chapter , Florida Administrative Code, and Section (3), Florida Statutes, shall post with the District at the time of filing the formal written protest, a bond pursuant to Section (2)(c), Florida Statutes (2014). Failure to file a notice of intent to protest or failure to file a formal written protest within the time prescribed in Chapter , Florida Administrative Code, and Section (3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. More specifically, Failure to file a protest within the time prescribed in Section (3), Florida Statutes shall constitute a waiver of proceedings under Chapter 120 of Florida Statutes. Americans with Disabilities Act: The District does not discriminate upon the basis of any individual s disability status. This nondiscrimination policy involves every aspect of the District s SRWMD ITB 16/ AO - Page 3 of 14

4 functions including one s access to, participation, employment, or treatment in its programs or activities. Anyone requiring reasonable accommodation as provided for in the Americans with Disabilities Act should contact Gwen Lord, Contracts and Procurement Coordinator, at or (Florida only). The District s fax number is Minority Business Enterprises: 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. The District encourages participation by minority business enterprises. Whenever two or more service providers are ranked equally, a minority business enterprise shall be given preference in the award process. Veteran s Preference: In the absence of minority business enterprise, whenever two or more service providers are ranked equally, a veteran-owned business enterprise shall be given preference in the award process. Drug Free Workplace Act: The selected Bidder shall certify that it has established a drug free workplace. Public Entity Crime: Section (2)(a), Florida Statutes, states 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 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 s for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Insurance Requirements: If awarded, Bidder shall represent and guarantee that all employees, agents, servants or representatives of the bidder, and all employees, agents, servants, or representatives of subcontractors are covered by workers' compensation insurance. Prior to entering into Contract with the District, bidder agrees to furnish the District certificates of insurance on all insurance, naming District as additional insured for items 2 and 3 below, providing evidence that bidder has in full force and effect the following minimum insurance with insurers authorized to do business in the State of Florida: 1) Workers' compensation insurance as required above; 2) Motor vehicular liability insurance with limits of not less than $1,000,000 combined single limit which insurance shall be applicable to any and all vehicles utilized by bidder to provide the services requested by District; 3) General liability insurance for all services rendered by bidder for the requested services with a minimum of $1,000,000 personal and advertising injury and $1,000,000 general aggregate. The certificate of insurance shall also provide that District shall be notified in writing by the carrier at least 30 days prior to any cancellation of said insurance. Rejection of Responses: The District reserves the right to reject any and all bids or other responses submitted in response to District invitation. District also reserves the right to waive any minor deviations in an otherwise valid bid. SRWMD ITB 16/ AO - Page 4 of 14

5 Renewal of Contract: The initial Contract for the selected Bidder shall be for the period through September 30, Assuming the consent and agreement of the Contractor, the District at its sole discretion may consider two subsequent one-year renewals of the Contract so long as the terms and conditions are equal or more favorable to the District. SECTION 5 - SCOPE OF WORK Upon request by the District Project Manager, Contractor will be ready to begin all the work as soon as contract is signed. Contractor will then proceed to complete all the work as quickly and efficiently as possible while maintaining the quality standards listed in the Scope of Work. The District Project Manager may stop work and order the removal and/or replacement of any equipment if the equipment is not working or calibrated properly. Contractor then has 48 hours to replace the equipment with an acceptable substitute and remove the inadequate implement. The District Project Manager may prohibit chemical application during adverse weather conditions (heat, cold, dry, wet, etc.). If adverse weather is a problem, Contractor must furnish additional personnel and equipment to make up for lost time and ensure timely completion. Chemical application projects may not stop for a period longer than 48 consecutive hours without advance approval from the District Project Manager. Contractor must guarantee a minimum of 100% coverage of the treatment areas and at least 95% mortality of targeted vegetation within the areas. Acceptable coverage will be determined within five days of application, using several random spot inspections. Contractors are required to use marking dye to help with this process. Signs of mortality will be documented at random spot inspection sites beginning three weeks following application. If coverage and/or mortality rates are not met, the District will require Contractor to retreat the areas at Contractor s expense and at no additional charge to the District. No chemical herbicide applications will exceed the label rates on the herbicide containers. All requirements, including state and/or local requirements, listed on the herbicide label are to be followed. Failure to comply with label instructions is a violation of federal and/or state laws. Contractor is liable for any penalty, fines or damages resulting from misuse of herbicides. All chemical mixtures will be approved by the District Project Manager before application. Chemical delivery methods and rates of application will be mutually agreed upon by District Project Manager and Contractor before work begins. Unless otherwise specified, Contractor will supply and apply all chemical herbicides, adjuvants, and other materials to ensure an effective kill of the target vegetation. No less than 100% of all target vegetation must be treated, and no less than 95% of the treated vegetation must be killed for the control method to be considered acceptable by the District. Contractor is expected to prevent any overspray, drift and/or nontarget damage to surrounding vegetation, open water, structures, and/or facilities. The District is implementing a Come Clean, Leave Clean standard. All equipment used on District lands, including tractors, ATVs, discs, and roller-choppers needs to be free of any plant material. Project managers are required to inspect each piece of equipment before it enters District managed lands. If contractors are to perform work within 30 meters of a non-native weed infestation, the project manager is required to inspect the vehicle before it leaves District property. The District Project Manager will delineate a designated cleaning area on each tract for contractors to clean their equipment. A Florida Department of Agriculture and Consumer Services (FDACS) Licensed Commercial Pesticide Applicator with a current license must be present during all chemical applications. Licensed applicators must have general standards (Core) certification with further SRWMD ITB 16/ AO - Page 5 of 14

6 certification in the Forestry Pest Control or Natural Areas Weed Management categories. Contractors are required to print and submit a license verification form from FDACS for each field supervisor listed in SECTION 6; this form provides current information on license expiration date and license categories; this form can be found online at: after conducting a search using the name and/or license number for each field supervisor, click on the last name to see the form with the required information; print this form and include with this bid submittal. The licensed supervisor is responsible to ensure the following: Chemical pesticides must be kept in original containers until mixing. All mixtures should have temporary labels that list the trade name and rates of chemicals and any adjuvants within the spray container. The licensed supervisor must readily have available during application copies of all chemical pesticides labels and Material Safety Data Sheets (MSDS) that are being applied. During mixing and application, all recommended Personal Protective Equipment (PPE) will be properly worn to minimize applicator exposure to chemicals. All measuring cups should be rinsed and the effluent poured into the tank/bottle mixture. Chemicals and any rinse material from chemical containers will be applied to specific areas; run-off of any chemical substance is not acceptable. Herbicides that are mixed, transferred, or temporarily stored while on District lands will be done so at designated staging areas. Any and all containers that contain pesticide or pesticide residues will be removed from District lands once the chemical application is complete. Herbicides will not be applied during adverse or non-optimal weather conditions for the application method. Any weather condition, including heat, wind, or precipitation, that minimizes the effectiveness of the herbicide or increases the exposure and/or potential for drift to non-target vegetation, personnel, or objects will not be tolerated. Emphasis must be placed on ensuring the application will minimize exposure to people, facilities and the surrounding environment. Avoid any non-target exposure. A competent FDACS licensed supervisor who speaks English fluently and who can converse with all crew members shall be designated by Contractor as the field supervisor and remain on-site during all chemical application projects. The supervisor must be able to correctly identify the targeted species. A representative from the District will meet with the licensed supervisor at the beginning of each project to discuss treatment area and prescriptions and any special restrictions. Contractor is required to provide District with the following upon request by the District Project Manager: List of chemical herbicide trade names and the rates used to produce all chemical mixtures applied. This list should also include any adjuvants or surfactants included in the mixture. An SRWMD Chemical Control of Vegetation Form (Exhibit A) is required after completion of treatment on each individual infestation, local area or workday depending on time spent at a particular area. Equipment Requirements Contractors are required to use equipment and application techniques that ensure all targeted vegetation is treated within the designated treatment area while avoiding overspray into areas of standing water. Acceptable equipment includes: 1) a system allowing contractors to use large tanks and hand held spray wands with the proper nozzles to effectively broadcast chemical SRWMD ITB 16/ AO - Page 6 of 14

7 within the entire treatment area. This system must incorporate large enough tanks, pumps, wands and hoses needed to thoroughly and effectively cover all targeted vegetation. Backpack sprayers are only acceptable in areas containing small amounts of target vegetation and should mainly be used to treat vegetation in areas where individual hardwood trees or groups of trees are being saved. Boom mounted sprayers, and chemical mist/blowers are not acceptable pieces of equipment. Contractors should include all the equipment they will be using to complete the project on the attached equipment list. Invoicing Invoices must include the following information: the tract/project name, the day(s) work was conducted, miles of ditch edge treated, and the rate/mile. With each invoice, Contractor must also submit a fully completed SRWMD Chemical Control of Vegetation Form (Attached as Exhibit A) for each day work was conducted documenting the amount of herbicide used each day. Payment will be processed after District personnel field check and verify that coverage/mortality requirements have been met. Payments shall be made within 30 days of staff approving the invoice. Contractor may not bill for travel time or unused herbicides. Project Area Information Location: The project area is located on the Mallory Swamp Wildlife Management Area in southeastern Lafayette County. Directions to the Mallory Swamp Wildlife Management Area can be found online at: Access can be obtained from the north on Crapp s Tower Grade and from the southeast on McCall s Chapel Grade off County Rd. 349 (see attached map). Access is available from sun-up to sunset. Contractors are strongly encourage to look at the treatment area before submitting a bid. Treatment Area History: The treatment area was mowed in spring 2017; vegetation size was variable but in many places it contained large areas of thick, woody vegetation that were 5 6 DBH. This treatment will be conducted to help control all the woody/herbaceous re-sprouting in this area. (see attached pictures). Treatment Area: Adjacent to each road edge there is an approximate 3-5 foot wide strip of grass that is mowed bi-annually; this area WILL NOT be treated. The remaining area from the ditch side edge of this grassy strip all the way to the centerline of the ditch WILL be treated. The width of this linear treatment area is variable and ranges from approximately 5 10 feet. Within the treatment area there are also single trees or strips of trees that were not mowed and WILL NOT be treated; the area beneath these trees up to the edge of their dripline should only be treated with the chemical mix designated for these areas (Item 2 under Chemical Mix). Approximate Vegetation Height: 1 4 ft. Application Type: Broadcast Miles of Treatment Area: 41.0 Approximate Treatment Acres: 35.0 Application Method: Adequate tanks, pumps, hoses and hand-held wands with proper design/nozzles to thoroughly broadcast chemical within the entire treatment area and limit overspray into standing water. SRWMD ITB 16/ AO - Page 7 of 14

8 Minimum spray volume/acre: 20 gallons/acre; all target vegetation must be thoroughly covered. Spray until thoroughly wet with no run-off. Chemical Mix: 1) Mix for areas that contain no hardwood over-story to be saved: 6% Garlon 3a; 2.0% Nu- Farm Polaris; 1% Non-Ionic Surfactant; 025% Marking Dye. WATER IS NOT AVAILABLE ON- SITE FOR MIXING PURPOSES. 2) Mix for areas that contain hardwood over-story to be saved: 6% Garlon 3a; 1% Non- Ionic Surfactant; 025% Marking Dye. WATER IS NOT AVAILABLE ON-SITE FOR MIXING PURPOSES. Precautions: Avoid apply herbicide directly to standing water. DEADLINE: All work must be completed and invoiced by September 29, SRWMD ITB 16/ AO - Page 8 of 14

9 SECTION 6 Bid Response Form ITB 16/ AO Bidders are required to complete and submit all the following forms in Section 6. One original and one copy shall be delivered in one envelope as discussed in Section 3. ITB AO BID TABLE Tract Name Application Purpose Miles Application Type $BID/MILE Mallory Swamp Vegetation Control 41.0 Broadcast; Ditch Edges $ Company Name Address Company Phone Number Company Fax Number Primary Contact Person Primary Contact Phone Primary Contact Cellular Licensed Field Supervisor: Required: List the name of the Field Supervisor(s) and their current FDACS Commercial Pesticide Applicator license number; and indicate which required additional certification they hold (Natural Area Weed Management or Forestry Pest Control) SRWMD ITB 16/ AO - Page 9 of 14

10 References (Bidders must include references for similar type of work) Project Area Project/Site Manager Contact Information SUB-CONTRACTOR DOCUMENTATION List the name, address (base of operation), and telephone number of sub-contractors you plan to use to accomplish services/tasks. Also, list the type of task they will be conducting. The use of sub-contractors must be approved by District Staff. Sub-contractors will be required to meet all the requirements of this Invitation to Bid before approval is granted. SRWMD ITB 16/ AO - Page 10 of 14

11 Equipment List Please provide a list of equipment that will be used to complete this project. Include the number of personnel that will be available on a daily basis to complete this work. SRWMD ITB 16/ AO - Page 11 of 14

12 SRWMD ITB 16/ AO - Page 12 of 14

13 SRWMD ITB 16/ AO - Page 13 of 14

14 SRWMD ITB 16/ AO - Page 14 of 14

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 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 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

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

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

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

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

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

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

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

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

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 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 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

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 NO. 15/ AO SECONDARY AND ADMINISTRATIVE ROAD MOWING SERVICES.

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 15/ AO SECONDARY AND ADMINISTRATIVE ROAD MOWING SERVICES. SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 15/16-023 AO SECONDARY AND ADMINISTRATIVE ROAD MOWING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Bid Schedule 2 3 Instructions

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

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

RFP Request for Proposal. Water Damage, Fire and Hazardous Material Cleaning Services

RFP Request for Proposal. Water Damage, Fire and Hazardous Material Cleaning Services RFP 07-2014 Request for Proposal Water Damage, Fire and Hazardous Material Cleaning Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide

More information

REQUEST FOR QUALIFICATIONS RFQ #Y PD RIGHT-OF-WAY MOWING SERVICES AND STORMWATER MANAGEMENT RETENTION POND AND PRIMARY CANAL MOWING

REQUEST FOR QUALIFICATIONS RFQ #Y PD RIGHT-OF-WAY MOWING SERVICES AND STORMWATER MANAGEMENT RETENTION POND AND PRIMARY CANAL MOWING Issue date: October 4, 2017 REQUEST FOR QUALIFICATIONS RFQ #Y18-133-PD RIGHT-OF-WAY MOWING SERVICES AND STORMWATER MANAGEMENT RETENTION POND AND PRIMARY CANAL MOWING The Orange County Board of County Commissioners,

More information

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

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

More information

REQUEST FOR PROPOSALS

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

More information

GROUNDS MAINTENANCE AGREEMENT

GROUNDS MAINTENANCE AGREEMENT GROUNDS MAINTENANCE AGREEMENT THIS AGREEMENT is entered into this day of, 2012, by and between the City of Plant City ( City ) and Company ), whose address is. WHEREAS, City desires to retain Company to

More information

2017 CHEMICAL VEGETATION CONTROL BID

2017 CHEMICAL VEGETATION CONTROL BID 2017 CHEMICAL VEGETATION CONTROL BID BID OPENING: MARCH 9, 2017, 11:00 AM Prepared by: GREENE COUNTY ENGINEER=S OFFICE ROBERT N. GEYER, P.E., P.S. 615 DAYTON-XENIA ROAD XENIA, OHIO 45385-2697 PHONE: 937/562-7500

More information

PROPOSAL GUIDE RAIL VEGETATION CONTROL

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

More information

REQUEST FOR QUOTE (RFQ) # FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018

REQUEST FOR QUOTE (RFQ) # FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018 REQUEST FOR QUOTE (RFQ) #18-030-25 - FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018 RESPONSE DEADLINE: AUGUST 6, 2018 4:30 P.M. CENTRAL STANDARD TIME (CST) TO: PETE VILLAS, ADMINISTRATOR MARINETTE

More information

RFP # Request for Proposal Moving Services Contract

RFP # Request for Proposal Moving Services Contract RFP #15-2014 Request for Proposal Moving Services Contract Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services for multi-family

More information

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

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

More information

AGENCY-WIDE LAWN MAINTENANCE

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

More information

RFP Request for Proposal Carpet Cleaning Services

RFP Request for Proposal Carpet Cleaning Services RFP 10-2014 Request for Proposal Carpet Cleaning Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services for multi-family

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

INVITATION TO BID 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

All equipment will be assembled and installed by the Supplier and or Contractor.

All equipment will be assembled and installed by the Supplier and or Contractor. REQUEST FOR PROPOSALS (RFP) TO DESIGN, PROCURE AND INSTALL PLAYGROUND EQUIPMENT AND FALL ZONE MATERIAL AT FRONTIER SCHOOL OF INNOVATION ELEMENTARY SCHOOL The Frontier School of Innovation Elementary School

More information

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

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

More information

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY CITY OF CONROE P.O. BOX 3066 CONROE, TEXAS 77305 RESPONSES DUE: DECEMBER 14, 2017 CITY OF CONROE PURCHASING DEPARTMENT

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

Invitation to Bid BOE. Diesel Exhaust Fluid

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

More information

INVITATION TO BID (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

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

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS RFP NO. 13/ AO PRESCRIBED FIRE MANAGEMENT SERVICES.

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS RFP NO. 13/ AO PRESCRIBED FIRE MANAGEMENT SERVICES. SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS RFP NO. 13/14-044 AO PRESCRIBED FIRE MANAGEMENT SERVICES Table of Contents Section Title Page 1 Introduction 1 2 Proposed Schedule 1 3 Instructions

More information

RFP Request for Proposal Flooring Services

RFP Request for Proposal Flooring Services RFP 03-2014 Request for Proposal Flooring Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services for multi-family housing

More information

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

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

More information

RFP Request for Proposal Residential Painting Services

RFP Request for Proposal Residential Painting Services RFP 02-2014 Request for Proposal Residential Painting Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services for multi-family

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION Ellis Road Gravel Project Evangeline Township

CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION Ellis Road Gravel Project Evangeline Township CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION Ellis Road Gravel Project Evangeline Township NOTICE TO BIDDERS The Charlevoix County Road Commission Board invites qualified contractors to bid the

More information

2013 COFFEYVILLE AIRPORT MOWING PROPOSAL

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

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

More information

MARICOPA FLOOD CONTROL DISTRICT REQUEST FOR QUALIFICATIONS: DATE OF ISSUE: 9/20/2017

MARICOPA FLOOD CONTROL DISTRICT REQUEST FOR QUALIFICATIONS: DATE OF ISSUE: 9/20/2017 MARICOPA FLOOD CONTROL DISTRICT REQUEST FOR QUALIFICATIONS: SALT CEDAR CONTROL ON BEHALF OF THE MARICOPA FLOOD CONTROL DISTRICT DATE OF ISSUE: 9/20/2017 For information contact MFCD District Manager David

More information

CITY OF TRAVELERS REST, SOUTH CAROLINA INVITATION FOR BIDS

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

More information

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

RFP Request for Proposals Mosquito Surveillance and Control Services

RFP Request for Proposals Mosquito Surveillance and Control Services RFP 1-2018 Request for Proposals Mosquito Surveillance and Control Services 4800 N. Broadway, Boulder, CO 80304 Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies

More information

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS Contact: Sarah Merriman Town Clerk/Select Board Assistant Town of Middlesex 5 Church Street Middlesex,

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

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

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Page 1 of 5 Bid No.: Date Released: September 25, 2017 SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time:

More information

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

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

More information

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CLOSING TIME: RFP S ARE DUE NOT LATER THAN 10:00 A.M. ON January 30, 2017 200 N. 12 th STREET CORSICANA,

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

RFP Request for Proposal Emergency Underground Utility Repair Services

RFP Request for Proposal Emergency Underground Utility Repair Services RFP 17-2014 Request for Proposal Emergency Underground Utility Repair Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following

More information

CITY OF TITUSVILLE, FLORIDA

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

More information

CITY OF 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

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

DIRECTOR: D. Contracting Agent: Reference to the contracting agent within this policy refers to:

DIRECTOR: D. Contracting Agent: Reference to the contracting agent within this policy refers to: WYOMING DEPARTMENT OF TRANSPORTATION I OPERATING POLICY ISSUED: March 3, 2006 POLICY NUMBER: 24-9 DIRECTOR: ~,E-) SUBJECT: Purcbasing and Contracting Purpose: This policy defines the Wyoming Department

More information

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

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

More information

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

REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING

REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING NHTI-2013-59 REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING NHTI-CONCORD S COMMUNITY COLLEGE PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for NHTI-Concord

More information

Botetourt County Public Schools

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

More information

REQUEST FOR PROPOSALS- Invasive Plant Species Control. AGENCY: Saginaw Bay Resource, Conservation & Development Area, Inc.

REQUEST FOR PROPOSALS- Invasive Plant Species Control. AGENCY: Saginaw Bay Resource, Conservation & Development Area, Inc. REQUEST FOR PROPOSALS- Invasive Plant Species Control AGENCY: Saginaw Bay Resource, Conservation & Development Area, Inc. P.O. Box 393 Standish, MI 48658 Office Hours: M-Th 8:00 a.m. to 2:30 p.m. Physical

More information

SNOW REMOVAL. River Valley Community College - Keene Academic Center

SNOW REMOVAL. River Valley Community College - Keene Academic Center RVC15-04 REQUEST FOR PROPOSAL FOR: SNOW REMOVAL River Valley Community College - Keene Academic Center PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for River Valley Community

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment &

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment & Contract Number: ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION H-13-148R Bid Opening Date: March 27, 2013 Time: 11:00 a.m. BID OPENING LOCATION:

More information

Mold Remediation and Clean Up of Central High School

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

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS BAKER COUNTY BOARD OF COUNTY COMMISSIONERS MOSQUITO CONTROL SERVICES BID # 2016-04 BAKER COUNTY BOARD OF COUNTY COMMISSIONERS ADMINISTRATION OFFICE 55 N THIRD STREET MACCLENNY, FL 32063 PHONE: 904-259-3613

More information

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) NUMBER: 20190212-BOE SUMNER COUNTY BOARD OF EDUCATION This solicitation document serves as the written determination of the SCS Purchasing Supervisor that the use of Competitive

More information

REQUEST FOR PROPOSAL FOR:

REQUEST FOR PROPOSAL FOR: REQUEST FOR PROPOSAL FOR: Early Childhood Initiative Project Evaluator White Mountains Community College-Berlin, NH WMC15-03 PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract

More information

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

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

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

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

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

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

The City of Mount Pleasant is taking bids for vehicle towing services. Bid packages are available on our website at

The City of Mount Pleasant is taking bids for vehicle towing services. Bid packages are available on our website at The City of Mount Pleasant is taking bids for vehicle towing services. Bid packages are available on our website at www.mountpleasanttn.org or in person at City Hall. Sealed bids must be received in the

More information

PROPOSAL FOR 2019 MINERAL WELL BRINE

PROPOSAL FOR 2019 MINERAL WELL BRINE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2019 MINERAL WELL BRINE BID OPENING: Thursday, November 15, 2018 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA SITE ADDRESS: BIDS DUE: NEILLS CREEK PARK 3885 NEILLS CREEK RD ANGIER, NC 27501 TUESDAY, APRIL 17th @ 2:00 PM HARNETT

More information

Barrow County School System

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

More information

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

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

More information

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

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

More information

Request for Proposal of Lawn Care Services

Request for Proposal of Lawn Care Services Request for Proposal of Lawn Care Services January 2018 Ballard Community School District, hereafter referred to as Ballard, hereby requests proposals for Lawn Care Services. Attached are requirements

More information

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

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

More information

City of Hood River REQUEST FOR STATEMENTS OF INTEREST AND QUALIFICATIONS For City Engineering Services

City of Hood River REQUEST FOR STATEMENTS OF INTEREST AND QUALIFICATIONS For City Engineering Services SAMPLE DOCUMENT ONLY City of Hood River REQUEST FOR STATEMENTS OF INTEREST AND QUALIFICATIONS For City Engineering Services The City of Hood River is requesting Statement of Qualifications (RFQ) from qualified

More information

CITY OF PORTLAND, TEXAS

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

More information

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT West Valley Sanitation District PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT 1. INTRODUCTION A. West Valley Sanitation District of Santa Clara County (District) is accepting proposals for janitorial

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

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

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

More information

PROPOSAL FOR 2017 MINERAL WELL BRINE

PROPOSAL FOR 2017 MINERAL WELL BRINE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017 MINERAL WELL BRINE BID OPENING: Friday, February 24, 2017 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

Introduction Background

Introduction Background REQUEST FOR PROPOSAL (RFP) CITY OF NEEDLES RIVER S EDGE MUNICIPAL GOLF COURSE MANAGEMENT AND OPERATIONS SERVICES RFP. SUBMISSION DATE: BY 4:00 P.M. PROPOSAL CONTACT. Introduction The City of Needles is

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

INVITATION TO BID Install Spray Foam Polyurethane Roof

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

More information

THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB)

THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB) Page 1 of 7 THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB) REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL AIRPORT ENGINEERING SERVICES Sanford Airport Authority 1200 Red Cleveland

More information

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES RFP # 2018-06 SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES The Baker County Board of County Commissioners, Florida (County) will receive sealed proposals until 3:00 p.m. local time, on April

More information