INVITATION TO BID MIDAMERICA ST. LOUIS AIRPORT COUNTY OF ST. CLAIR, ILLINOIS PARCEL 477 DEMOLITION SOLICITATION NO January 23, 2019

Size: px
Start display at page:

Download "INVITATION TO BID MIDAMERICA ST. LOUIS AIRPORT COUNTY OF ST. CLAIR, ILLINOIS PARCEL 477 DEMOLITION SOLICITATION NO January 23, 2019"

Transcription

1 MIDAMEICA ST. LOUIS AIPOT COUNTY OF ST. CLAI, ILLINOIS PACEL 477 DEMOLITION SOLICITATION NO January 23, 2019 St. Clair County, Illinois, through the Public Building Commission (herein after referred to as OWNE ), hereby gives notice that bids will be received from qualified vendors for removal of abandoned structures and debris on Parcel 477 (9832 State oute 161, Mascoutah, IL 62258) adjacent to MidAmerica St. Louis Airport. The MidAmerica St. Louis Airport Department of Engineering & Planning (BLV E&P) will serve as the OWNE S epresentative for this project. St. Clair County promotes equal opportunities and encourages participation by Disadvantage Business Enterprise and Small Business firms. I. SCOPE OF SEVICES: A. This contract shall generally include the following items. 1. Completing demolition of a former residence, barn, garage, and gazebo. 2. emoving associated concrete slabs / foundations. 3. Properly abandoning a septic tank. 4. Backfilling and grading where items demolished. 5. emoving debris from site. 6. All associated work necessary to complete work. B. Detailed work requirements are defined in Section X. II. BIDDING POCEDUE A. Bids shall be submitted to BLV E&P via hardcopy to the address listed on the bid form. B. Technical questions may be sent to BLV E&P via to Purchasing Contact, alice.tejada@flymidamerica.com. Deadline for questions is 02/08/19, 2:00 PM C. Each bidder will be allowed one site visit. The bidder shall contact BLV E&P at to schedule a time for a site visit between the hours of 8:00 AM (local time) and 3:00 PM (local time). D. Bids are due no later than 2:30 PM (local time) on 02/13/19. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. Bids received after the time and date for receipt of Bids will not be considered. E. Where so indicated by the makeup of the Bid Form, sums shall be expressed in both words and figures, and in case of discrepancy between the two, the amount written in words shall govern. F. The Bidder pledges to enter into a Contract with the OWNE on the terms stated in the Bid. The Contract will be based on AIA A105 (Standard Form Of Agreement Between Owner And Contractor For A esidential Or Small Commercial Project). G. The OWNE is not subject to the Illinois state and/or municipal or county retailer's occupation tax, or any other sales or use taxes. CONTACTO shall not include in their Bids the cost of such taxes. III. MODIFICATION O WITHDAWAL OF BID A. A Bid may not be modified, withdrawn or canceled by the Bidder during the stipulated time period following the time and date designated for the receipt of Bids. Each Bidder so agrees in submitting a Bid. B. Prior to the time and date designated for receipt of Bids, any Bid submitted may be modified or withdrawn by notice to the party receiving Bids at the place designated for receipt of Bids. Such notice shall be in writing over the signature of the Bidder. C. Withdrawn Bids may be resubmitted up to the date and time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. IV. EJECTION OF BID A. OWNE shall have the right to reject any or all Bids. A Bid not accompanied by any required Bid security or by other data required by the Bidding Documents, or a Bid which is in any way incomplete or irregular is subject to rejection. V. ACCEPTANCE OF BID (AWAD) A. It is the intent of the OWNE to award a Contract to the lowest responsive, responsible Bidder. B. The OWNE shall have the right to waive informalities and irregularities in a bid received and to accept the Bid which, in the OWNE'S judgment, is in the OWNE'S own best interests. C. OWNE shall have the right to reject any unit prices for additions to or deductions from the Work as given in the Bid, if the prices are considered excessive or unreasonable, or to accept any unit prices which may be considered fair and reasonable. Solicitation No Page 1 of 3

2 MIDAMEICA ST. LOUIS AIPOT COUNTY OF ST. CLAI, ILLINOIS D. In evaluating Bids, OWNE will consider the qualifications of Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, supplemental prices and other data as may be requested in the Bid Form or prior to the Notice of Award. E. OWNE may conduct such investigations as OWNE deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of the Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to OWNE'S satisfaction within the prescribed time. F. Discrepancies between the indicated sum of a column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. VI. BOND EQUIEMENTS A. No bid security required. B. The Bidder to whom a Contract is awarded shall be required to furnish both a Performance Bond and Payment Bond for 100% of the Contract Price for each of the above Bonds, in accordance with the requirements of the Contract Documents. VII. WAGE ATES: A. CONTACTO shall be required to pay not less than the prevailing wage rates on the Project as established by the State of Illinois, Department of Labor. VIII. INSUANCE EQUIEMENTS A. Comply with St. Clair County Standard Insurance Certificate equirements attached as Appendix A with the following additional requirements: 1. The certificates of insurance shall plainly designate the name of the project for which the certificate is required. 2. The Contractor and the subcontractor(s) must submit required insurance certificates within ten days of award. IX. POST-BID INFOMATION A. Complete MidAmerica St. Louis Airport s Vendor/Contractor packet (includes Vendor/Contractor Profile form and W-9). B. Submit certificates of insurance (as detailed in Section VIII). C. Submit list of subcontractors (if no subcontractors, submit list stating none ). X. DETAILED WOK EQUIEMENTS A. General 1. CONTACTO shall sign and return contract as soon as possible to allow completion of work by completion date listed below. 2. Upon receipt of the contract, the CONTACTO shall start the work as soon as possible. 3. The CONTACTO shall provide 48 hours notice to the OWNE prior to starting work on any portion of the project. 4. All work shall be performed during normal business hours observed by the OWNE, unless otherwise authorized by the OWNE. 5. CONTACTO MUST ensure the Site is adequately protected from the public and the public is adequately made aware of the construction site. The CONTACTO is responsible for providing signage indicating any areas closed from the public. B. Background 1. A Pre-Demolition Asbestos Inspection eport was prepared by Environmental Operations Inc on 08/10/18 indicating presences of some asbestos in the former residence. 2. An Asbestos Abatement Closeout eport indicated all asbestos abated by 08/28/ An IEPA Burn Permit was obtained on 09/10/ Controlled burns of the former residence, barn, garage / workshop, and gazebo occurred in November / December Aforementioned reports available for review upon request. C. Permit: 1. The Contractor shall apply for permit(s) in compliance with applicable regulations of the Illinois Environmental Protection Agency. Any and all other permits required by other federal, state, or local agencies for carrying on the work shall be the responsibility of the Contractor. Copies of these permits shall be sent to the Engineer. D. OWNE Provided Services 1. No utilities or restrooms available at site. 2. CONTACTO may use clean fill available on airport property to backfill removed structures and foundations (see attached exhibit). E. Schedule 1. All work to be completed according to the following timetable: Item Date Bids Due 2/13/19 eview and eturn Signed Contract 3/01/19 Solicitation No Page 2 of 3

3 MIDAMEICA ST. LOUIS AIPOT COUNTY OF ST. CLAI, ILLINOIS NTP 3/04/19 Work Start (NLT 10 days from NTP) 3/13/19 Complete Work (Within 10 Calendar Days of Work Start) 3/22/19 F. Safety 1. The CONTACTO shall perform all work in a safe manner and comply with any applicable safety requirements. 2. The OWNE is not responsible for the CONTACTO S safety. 3. Contractor shall comply with the MidAmerica St Louis Airport Construction Safety Manual. The Construction Safety Manual is available on G. Security 1. No work will take place within a secured area of the airport. H. Submittals 1. Product Data: All materials. 2. Warranty. I. Preparation and Cleanup 1. Contractor must remove any obstacles necessary to perform work prior to commencing work and return these items to their original condition upon completion of work. 2. Contractor to protect all surfaces which may be damaged by performing work. 3. Contractor is responsible for removal and disposal of all construction waste and debris. 4. Contractor to ensure no debris carried onto adjacent roads. J. Demolition 1. This work shall consist of the removal and disposal of the remainder of a former residence, barn, garage / workshop, and gazebo together with all foundations, miscellaneous debris and appurtenances, retaining walls, and piers, down to a plane 3 ft below the ultimate or existing grade in the area and also all incidental and collateral work necessary to complete the removal of the building(s) in a manner approved by the Engineer. Any holes, such as basements, shall be filled with a suitable granular material with the top 12 backfilled with topsoil. All disturbed areas shall be graded to assure positive drainage. 2. Septic tank shall be properly abandoned in accordance with local, state, and federal regulations. A St. Clair County licensed contractor is required to pump the septic tank. 3. Sealing of the well shall be performed by others and not included in this work. 4. Discontinuance of Utilities: All utilities were discontinued by others, but Contractor shall verify discontinuance of all utility services and the removal of the metering devices that serve the building(s) according to the respective requirements and regulations of the City, County, or utility companies involved. The Contractor shall disconnect and seal, in an approved manner, all service outlets that serve any building(s) he/she is to remove. 5. This work will be paid for at the contract lump sum unit price for PACEL 477 DEMOLITION, names as listed below, which price shall be payment in full for complete removal of the buildings and structures, including any necessary backfilling material as specified herein. The lump sum unit price for this work shall represent the cost of demolition and disposal. Any salvage value shall be reflected in the contract unit price for this item. K. Final Grading and Cleanup 1. Contractor shall grade site to drain. 2. Contractor shall seed and mulch area. L. Warranty 1. Warranty Period: One year from date of Substantial Completion. XI. APPENDICES A. BID FOM 1. Complete Bid Form in Appendix A. B. ST. CLAI COUNTY INSUANCE CETIFICATE EQUIEMENTS C. PHOTOS D. DAWINGS 1. Site Plan 2. Site Map 3. Borrow Area Map END OF Solicitation No Page 3 of 3

4 MIDAMEICA ST. LOUIS AIPOT COUNTY OF ST. CLAI, ILLINOIS APPENDIX A: BID FOM Bids are due no later than 2:30pm (local time) on February 13, 2019 in the MidAmerica St. Louis Airport Department of Engineering and Planning, 9768 Airport Blvd., Mascoutah, IL PLEASE PINT O TYPE Item No. Item Description Cost 1 (per lump sum) TOTAL (Figures) $ (Written Sum) Dollars Submitted by: Company Name: Mailing Address: Phone Number: Fax Number: Contact Person: Address: FEIN: DUNS #: Signature Date The individual signing this Bid Statement warrants they have authority to bind the Bidder by their signature. Solicitation No A-1 APPENDIX A

5 MIDAMEICA ST. LOUIS AIPOT COUNTY OF ST. CLAI, ILLINOIS Contractor agrees: APPENDIX B St. Clair County Standard Insurance Certificate equirements Effective May 29, To procure and maintain for the life of their agreement, insurance coverage conforming to the minimum requirements stated below, and naming MidAmerica St. Louis Airport, St. Clair County and the Public Building Commission of St. Clair County as Additional Insured" on a primary/noncontributory basis on the Commercial General Liability and Automobile Liability policies. These policies as well as the workers compensation policies are to be endorsed with a waiver of subrogation in favor of same. All policies of insurance shall provide St. Clair County no less than 30 days advance written notice of any material change, cancellation or nonrenewal. All coverages shall be provided by insurance companies authorized to transact business under the Iaw of the State of Illinois, and acceptable to St. Clair County. The insurance companies providing coverage shall have a Best's Policyholder's ating of "'A" or better, and a Financial ating of not less than "VII." Contractor shall provide a standard ACOD Certificate(s) of Insurance as proof of insurance, and required Additional Insured" clauses, prior to the commencement of any agreement. Original certificate(s) shall be sent to: MidAmerica St. Louis Airport ATTN: Engineering & Planning 9768 Airport Blvd. Mascoutah, IL alice.tejada@flymidamerica.com A. Commercial General Liability Coverage shall be on an occurrence form providing the following coverages: Premises/Operations Products/Completed Operations Contractual Liability Independent Contractors Broad Form Property Damage Fire Legal Liability Personal Injury Medical Expense An additional copy(s) must be provided to: Frank Bergman Director of Human esources St. Clair County Public Building Commission 10 Public Square Belleville, IL Limits for Commercial General Liability, including personal injury shall be no less than $1,000,000 per occurrence, $2,000,000 aggregate, $2,000,000 completed operations. B. Automobile Liability Coverage shall be afforded on all owned, non-owned and hired vehicles whether private passenger or other than private passenger, and shall include Uninsured and Underinsured Motorists. Limits for the Automobile liability, Uninsured and Underinsured Motorists coverages, shall be no less than $1,000,000 combined single limit for Bodily Injury and Property Damage. C. Workers Compensation/Employer s Liability Workers Compensation coverage shall be afforded for all operations conducted under this Agreement as required by the State of Illinois statute. Coverage for Employer's Liability shall be no less than $1,000,000 for each accident, $1,000,000 disease each employee, and $1,000,000 disease each policy limit. D. Umbrella Liability Umbrella Liability providing coverage at least as broad as the underlying Commercial General Liability, Watercraft Liability (if required), Automobile Liability and Employers Liability, shall be no less than $1,000,000 each occurrence and $2,000,000 aggregate. E. Pollution Liability Pollution Liability that covers bodily injury and property damage liability arising from removal/abatement operations, with limits not less than $1,000,000. If you do not conduct these activities, this coverage does not apply. 2. These insurance requirements shall be subject to annual review, and may be modified due to changes in Contractor's operations or exposures, or necessitated by changes in legal requirements or insurance industry standard coverages. Solicitation No B-1 APPENDIX B

6 MIDAMEICA ST. LOUIS AIPOT COUNTY OF ST. CLAI, ILLINOIS APPENDIX C Photos Photo of former residence Photo of former garage Solicitation No C-1 APPENDIX C

7 VICINITY MAP LOCATION MAP SITE MAP

8 STATE T 161 House Wishing Well Work Shop Horse Shoe Pit Gazebo Flower Garden Barn SCC PIN: Airport Parcel ID: STATE TE 161 MASCOUTAH, IL Legend Parcel 477 Site Map Filename: Parcel_477_Site_Map Date: 1/22/2019 oads Sheet No. D-2 emoval_area Parcels-SCC_Owned Feet Source: St. Clair County GIS and Airport ecords Department of Engineering and Planning 9768 Airport Blvd Mascoutah, IL 62258

9 I-6 4 I-6 4 NN LI D F E O Illinois State Police N O M AVMATS Paint Hangar AVMATS M AV S AT D Illinois Pipeline D T VD BL AI CE VI SE PO AFF Electrical Vault AI Maintenance Facility North Bay Produce IC H D B E D AI T E Boeing MIN A LD A AU Customs and Border Protection Fumigation Inspection Trailer Legend Appendix D Borrow Sites Sheet D-3 road_centerline_911_maj BorrowArea Feet 850 Source: St. Clair County GIS and Airport ecords Department of Engineering and Planning 9768 Airport Blvd Mascoutah, IL 62258

INVITATION FOR BIDS FOR AIRFIELD MARKING PAINT AND REFLECTIVE MEDIA SOLICITATION NO

INVITATION FOR BIDS FOR AIRFIELD MARKING PAINT AND REFLECTIVE MEDIA SOLICITATION NO INVITATION FOR BIDS FOR AIRFIELD MARKING PAINT AND REFLECTIVE MEDIA SOLICITATION NO. 2013-09 Issue Date: September 30, 2013 Pre-bid Conference: Pre-bid Question Deadline: Bid Deadline: Purchasing Contact:

More information

INVITATION FOR BIDS FOR RUNWAY AND AIRCRAFT DEICER SOLICITATION NO

INVITATION FOR BIDS FOR RUNWAY AND AIRCRAFT DEICER SOLICITATION NO INVITATION FOR BIDS FOR RUNWAY AND AIRCRAFT DEICER SOLICITATION NO. 2014-10 Issue Date: August 17, 2014 Pre-bid Conference: Pre-bid Question Deadline: Bid Deadline: Purchasing Contact: None September 2,

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

REQUEST FOR BID PROPOSALS FOR DEMOLITION OF FARM STRUCTURES. Issued: March 26, 2018

REQUEST FOR BID PROPOSALS FOR DEMOLITION OF FARM STRUCTURES. Issued: March 26, 2018 Public Works Department REQUEST FOR BID PROPOSALS FOR DEMOLITION OF FARM STRUCTURES Issued: March 26, 2018 Due Date and Location of Submittals: Tuesday April 24 th, 2018 10:00am City of Sycamore- Clerk

More information

City of Anderson Community Development Department 601 South Main Street, SC Phone (864) Fax (864)

City of Anderson Community Development Department 601 South Main Street, SC Phone (864) Fax (864) City of Anderson Community Development Department 601 South Main Street, SC 29624 Phone (864) 231-2223 - Fax (864) 231-7627 Request for Proposal for Cost Estimating for Demolitions NOTICE IS HEREBY GIVEN

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

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)

More information

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. RE-Bid # D05083 Bid Opening: May 8, 10:00AM

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. RE-Bid # D05083 Bid Opening: May 8, 10:00AM Bids will be publicly opened at the NC State Surplus Property Agency (SSPA) at the time and date specified. By signature, I certify that all bidder information is accurate and I agree to the Instructions,

More information

ROSS COUNTY LAND REUTILIZATION CORPORATION Mailing Address: 35 S. Paint St., Chillicothe, OH 45601

ROSS COUNTY LAND REUTILIZATION CORPORATION Mailing Address: 35 S. Paint St., Chillicothe, OH 45601 ROSS COUNTY LAND REUTILIZATION CORPORATION Mailing Address: 35 S. Paint St., Chillicothe, OH 45601 12/27/2018 REQUEST FOR PROPOSAL (RFP) Demolition Project #2019-D-R2-181 The Ross County Land Reutilization

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

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

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Membrane Roof and Skylights Bid Due Date: April 27, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

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

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

More information

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

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

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Kitchen Remodel Tahlequah, Ok Bid Due Date: June 25, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

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

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

More information

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

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

More information

Cheyenne Wyoming RFP-17229

Cheyenne Wyoming RFP-17229 L A R A M I E COUNTY COMMUNITY COLLEGE Cheyenne Wyoming Request for Proposals (RFP) t o provide Contract Services t o Comp lete t h e Boiler Plant Burner Replacement RFP-17229 Solicited by: Department

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS

More information

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR

More information

REQUEST FOR PROPOSALS. Demolition

REQUEST FOR PROPOSALS. Demolition JEFFERSON COUNTY, WEST VIRGINIA Engineering Department 116 East Washington Street P.O. Box 716 Charles Town, West Virginia 25414 Phone: 304-728-3257 Email: engineering@jeffersouncountywv.org Fax: 304-728-3953

More information

INVITATION FOR BID. Fumigation

INVITATION FOR BID. Fumigation INVITATION FOR BID FOR Fumigation BID NUMBER: 18-033-KMB 675-65 MACON-BIBB COUNTY, GEORGIA ISSUED: January 26, 2018 BIDS DUE NO LATER THAN 12:00 NOON ON THURSDAY, February 22, 2018 Macon-Bibb County Procurement

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services Request for Qualifications RFQ 19-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

More information

LONE TREE SCHOOL BELL SYSTEM

LONE TREE SCHOOL BELL SYSTEM WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL BELL SYSTEM PROPOSAL DUE DATE: NOVEMBER 16, 2010 1:00 p.m. The WHEATLAND SCHOOL DISTRICT wishes to attain a Bell system for its Lone Tree

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the removal of wood waste for the Forestry Division Instructions to Bidders 1. An advertisement

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

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

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016 CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco Contract No. 2784 Pier 23 Roof Repair ADDENDUM No. 1 Issued: December 16, 2016 The following clarifications, changes, additions or deletions are incorporated

More information

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services Request for Qualifications RFQ #13-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

More information

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON SCHOOL DISTRICT BOILER CLEANING MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: # 17-002BOE_

More information

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed bids for FIRE AND BURGLAR ALARM MONITORING SERVICES IN CITY OWNED BUILDINGS. Each bid shall be in accordance with the

More information

Multiple Structure Asbestos Abatement and Demolition Project

Multiple Structure Asbestos Abatement and Demolition Project REQUEST FOR BID and PROJECT PROPOSAL Multiple Structure Asbestos Abatement and Demolition Project Proposal Due Date: May 9, 2016 2:00 p.m. TABLE OF CONTENTS I. Introduction II. III. IV. RFP Timeline Scope

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL REQUEST FOR SEALED BID PROPOSAL OWNER: SAGINAW CHARTER TOWNSHIP PROJECT: OXIDATION DITCH VFD Bids will be received by Saginaw Charter Township at the Wastewater Treatment Plant, located at 5790 W. Michigan

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

DESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO.

DESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO. MARICOPA COUNTY SPECIAL HEALTHCARE DISTRICT dba MARICOPA INTEGRATED HEALTH SYSTEM Contracts Department 2611 East Pierce Street, 2nd Floor Phoenix, Arizona 85008-6092 Phone: 602-344-1403 DESIGN PROFESSIONAL

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

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

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

More information

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

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

More information

Real Estate Services For Neighborhood Stabilization Program 3

Real Estate Services For Neighborhood Stabilization Program 3 COUNTY OF YUBA REQUEST FOR PROPOSAL Real Estate Services For Neighborhood Stabilization Program 3 PROPOSAL DUE DATE: Monday, May 21, 2012, 5:00pm PST The County of Yuba wishes to retain professional real

More information

OCIP Contract Language

OCIP Contract Language Page 1 of 12 7. Insurance Requirements OCIP Contract Language 7.1 COUNTY Provided Insurance. COUNTY will provide an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP will be administered

More information

The City of Moore Moore, Oklahoma

The City of Moore Moore, Oklahoma The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite

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

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,

More information

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401 NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401 The Ogden City Redevelopment Agency (the RDA ) is funding

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

DOMINION BUILDERS, LLC requires that allsubcontractors interested in working with us, complete this pre-qualification form.

DOMINION BUILDERS, LLC requires that allsubcontractors interested in working with us, complete this pre-qualification form. DOMINION BUILDERS, LLC requires that allsubcontractors interested in working with us, complete this pre-qualification form. Complete the form below and email or fax (both the form and all attachments)

More information

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants EXHIBIT B Insurance Requirements for Environmental Contractors and/or Consultants Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl, ALBANY, NY 12207

NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl, ALBANY, NY 12207 REQUEST FOR PROPOSALS DEMOLITION AND ABATEMENT SERVICES Date Issued: May 15th, 2017 Walk Through: May 17th, 2017 at 11:00am Due: May 22 th, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET,

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

Alabama State Port Authority

Alabama State Port Authority Alabama State Port Authority Invitation to Bid Project Name Alabama State Port Authority Portable Toilets & Service Contract BID PURPOSE AND REQUIREMENTS ALABAMA STATE PORT AUTHORITY PORTABLE TOILETS &

More information

Real Estate Acquisition Services For Neighborhood Stabilization Program

Real Estate Acquisition Services For Neighborhood Stabilization Program COUNTY OF YUBA REQUEST FOR PROPOSAL Real Estate Acquisition Services For Neighborhood Stabilization Program PROPOSAL DUE DATE: Friday, October 15, 2010 The County of Yuba wishes to retain professional

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL REQUEST FOR SEALED BID PROPOSAL OWNER: SAGINAW CHARTER TOWNSHIP PROJECT: BIOSOLIDS MANAGEMENT Bids will be received by Saginaw Charter Township at the Wastewater Treatment Plant, located at 5790 W. Michigan

More information

Subcontractor Qualification Statement

Subcontractor Qualification Statement Subcontractor Qualification Statement Trade: Legal Name of Firm: Address: No. & Street City State Zip Mailing Address: If different from above address E-mail address: Telephone #: Fax #: Website: Type

More information

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID INVITATION TO BID Office of Finance 100 West First North Street Morristown, TN 37814 INTRODUCTION The City of Morristown is accepting sealed bids for demolition of properties with specifications stated

More information

INVITATION TO BID (ITB)

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

More information

REQUEST FOR PROPOSAL 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 AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT Chain Link Fence Installation at CBJ Wastewater Facilities QUOTES ARE DUE PRIOR TO 2:00 p.m., March 12, 2014 RESPONDING

More information

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

Exhibit. Owner Controlled Insurance Program. Insurance Requirements Exhibit Owner Controlled Insurance Program Insurance Requirements 1. Owner Controlled Insurance Program. OWNER shall implement an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP is

More information

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

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

More information

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

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

More information

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3 SPECIFICATIONS AND BID FORMS FOR DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3 WESTON MIDDLE SCHOOL MANDATORY WALK-THRU ON FRIDAY, JUNE 7 th at 10:00 A.M. at WESTON MIDDLE SCHOOL, 135 SCHOOL RD., WESTON,

More information

Issued: October 3, 2016 Proposals Due: November 28, 2016

Issued: October 3, 2016 Proposals Due: November 28, 2016 REQUEST FOR QUALIFICATIONS PROFESSIONAL SERVICES For Boulder City Municipal Airport Issued: October 3, 2016 Proposals Due: November 28, 2016 Page 1 of 8 I. Introduction Request For Statements of Qualifications

More information

CCIP ADDENDUM. Blasting or any blasting operations;

CCIP ADDENDUM. Blasting or any blasting operations; CCIP ADDENDUM 1. Overview. The Contractor has arranged with Aon Risk Services South, Inc., (the CCIP Administrator ) to be insured under its Contractor Controlled Insurance Program ( CCIP ). The CCIP is

More information

Demolition, Landscaping and Insurance Requirements for the Razing of Buildings and other Structures Located in the City of Appleton

Demolition, Landscaping and Insurance Requirements for the Razing of Buildings and other Structures Located in the City of Appleton Demolition, Landscaping and Insurance Requirements for the Razing of Buildings and other Structures Located in the City of Appleton September 1999 Prepared by: City of Appleton DPW - Inspection Division

More information

Replace Chiller System RFP 2018 Q&A

Replace Chiller System RFP 2018 Q&A Replace Chiller System RFP 2018 Q&A The Pre-Bid Meeting was held on November 6, 2018. The Pre-Bid Meeting Agenda is attached. The following are the questions received at the pre-bid meeting and via email.

More information

ADDENDUM NO. 1. ADDENDUM NO. 1 for the above referenced project hereby modifies the RPF documents, as follows:

ADDENDUM NO. 1. ADDENDUM NO. 1 for the above referenced project hereby modifies the RPF documents, as follows: REQUEST FOR PROPOSAL TO PROVIDE OPERATION AND ABANDONMENT SERVICES FOR OIL AND GAS WELLS ABANDONMENT AT 9865 OLYMPIC BOULEVARD BEVRLY HILLS, CALIFORNIA ADDENDUM NO. 1 ADDENDUM NO. 1 for the above referenced

More information

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA INVITATION TO SUBMIT PROPOSALS The Village of Sparta is accepting sealed bids from

More information

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD. SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on

More information

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion Page 1 of 11 Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion The Town of Wilton (the Town) will receive sealed qualifications

More information

Invitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties)

Invitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties) BID NUMBER: AX 19-003 Invitation for Bid BID NAME: House Sale & Removal ISSUE DATE: August 26, 2018 LOCATION: University of Arkansas - Fort Smith (listed properties) BID OPENING DATE/TIME: September 25,

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: #15-013 BOE Due on

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT North Miner s Cove Parking Lot Repair QUOTES ARE DUE PRIOR TO 2:00 p.m., September 11, 2014 RESPONDING TO THIS REQUEST FOR

More information

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN13-004 DESIGN CRITERIA PROFESSIONAL SERVICES REQUEST FOR QUALIFICATIONS (RFQ) NO. EN13-004 FOR A DESIGN CRITERIA PROFESSIONAL

More information

Town of Lee Septic Tank Pumping Services

Town of Lee Septic Tank Pumping Services Invitation to Bid The invites bid bids from qualified bidders for the pumping of septic holding tanks and floor drains for all Town-owned buildings. Prospective respondents are advised to read the bid

More information

IFB Septic Tank Cleaning Page 1

IFB Septic Tank Cleaning Page 1 Buyer II Lisa Russell (251) 694-3162 Office lrussell@mawss.com TO Prospective Bidders INVITATION FOR BID NUMBER IFB 18-045 SEPARATE SEALED BIDS FOR BIDS WILL BE RECEIVED AT Septic Tank Cleaning BID OPENING

More information

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # 651-674-7546 Sealed Request for Proposals, plainly marked RFP # 12-2 Road Grading Services City

More information

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

INVITATION TO BID Town Hall First Floor Renovation Project, Windsor CT. Town Hall First Floor Renovation Project, Windsor CT. INVITATION TO BID 1. Sealed bids are invited by the Town of Windsor Public Building Commission, Windsor, CT, hereinafter called the Owner, for the Project: "Town Hall First Floor Renovation Project, Windsor

More information

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Cleveland County REQUEST FOR PROPOSAL DESCRIPTION: DORAN MILL ASBESTOS ABATEMENT AND DEMOLITION DATE OF ADVERTISEMENT: February 21, 2018 PRE-BID MEETING: March 8, 2018, 10:00am at the Doran Mill, 404 Polkville

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS DUE DILIGENCE CONSULTANT PC417 Issue Date: January 30, 2009 Proposals Due: February 17, 2009 at 3 pm PST Issued by: Housing Authority of the County of San Bernardino 715 E. Brier

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

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 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

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN RESERVES

More information

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Remove, Repair and Re- Install

More information

Specification: , Bicycle Maintenance and Repair Services Addendum No. 1

Specification: , Bicycle Maintenance and Repair Services Addendum No. 1 March 7, 2017 ADDENDUM NO. 1 FOR BICYCLE MAINTENANCE AND REPAIR SERVICES SPECIFICATION NO. 174195 For which bids are scheduled to open in the Bid & Bond Room 103, City Hall, 121 N. LaSalle Street Chicago,

More information