City of Palm Beach Gardens North Military Trail, Palm Beach Gardens, FL PURCHASING DEPARTMENT INVITATION TO BID

Size: px
Start display at page:

Download "City of Palm Beach Gardens North Military Trail, Palm Beach Gardens, FL PURCHASING DEPARTMENT INVITATION TO BID"

Transcription

1 City of Palm Beach Gardens North Military Trail, Palm Beach Gardens, FL PURCHASING DEPARTMENT INVITATION TO BID IRRIGATION MAINTENANCE SERVICES DUE DATE AND TIME FRIDAY, MARCH 1, 2019 AT 3:00PM (LOCAL TIME) TABLE OF CONTENTS SECTION TITLE PAGE Legal Advertisement 2 1. Special Terms and Conditions 3 2. Statement of Work 9 3. Pricing Schedule Required Affidavits and Forms Exhibits and Attachments 20 Solicitation Summary 21 INSTRUCTIONS Responses to this Invitation to Bid must be submitted in a sealed envelope to the Office of the City Clerk, North Military Trail, Palm Beach Gardens, Florida 33410, on or before the Due Date and time show above. Late responses will not be accepted. The City s normal business hours are 8:00 a.m. to 5:00 p.m., Mondays through Fridays, except holidays. The sealed envelope must have the following information clearly marked on the face of the envelope: vendor s name, vendor s address, Invitation to Bid number and title. The sealed envelope must contain a signed original of the Solicitation Summary, and a PDF version of your bid on a CD/DVD or a USB drive. If any of the documents are password-protected, the City may deem your bid nonresponsive. If the completed Solicitation Summary is not included in the sealed envelope as a hard copy, the City may deem your bid non-responsive. A printed hard-copy of your bid is not required. Timely responses will be publicly opened, read aloud, and recorded by the City Clerk at City Hall on the Due Date and time stated above. All questions regarding this Solicitation must be submitted in writing to the Purchasing Department at kmra@pbgfl.com. This Invitation to Bid is subject to the City s General Terms and Conditions, which are available for review at By submitting an offer to this Invitation to Bid, the vendor agrees to be bound by the City s General Terms and Conditions. Page 1 of 21

2 City of Palm Beach Gardens North Military Trail, Palm Beach Gardens, FL LEGAL ADVERTISEMENT INVITATION TO BID NO. IRRIGATION MAINTENANCE SERVICES The City of Palm Beach Gardens is seeking Bids from qualified contractors to provide monthly maintenance services on landscape irrigation systems installed at several City locations, in accordance with the terms, conditions, and specifications contained in this Invitation to Bid. Invitation to Bid documents are available beginning Monday, February 18, 2019, at 8:00 a.m. local time on the City of Palm Beach Gardens website at and following the link to the Purchasing webpage, or by contacting the City Clerk s Office at Sealed Bid packages must be clearly marked,, and delivered to the Office of the City Clerk at North Military Trail, Palm Beach Gardens, Florida The deadline for submission of Bids is Friday, March 1, 2019, at 3:00 p.m. local time. At that time, the Bids will be publicly opened and read aloud at City Hall, North Military Trail, Palm Beach Gardens, Florida Late Bids will not be accepted and will be returned to the sender unopened. It is the responsibility of the Bidder to ensure all pages are included in the submission. All Bidders are advised to closely examine the Solicitation package. Any questions regarding the completeness or substance of the Solicitation package or the goods or services must be submitted in writing via or fax to Km! Ra, Purchasing and Contracts Director, kmra@pbgfl.com. The City of Palm Beach Gardens is exempt from Federal and State Taxes for tangible personal property tax. The City of Palm Beach Gardens reserves the right to accept or reject any or all Bid submittals, in whole or in part, with or without cause, to waive any irregularities and/or technicalities, and to award the contract on such coverage and terms it deems will best serve the interests of the City. CITY OF PALM BEACH GARDENS Patricia Snider, CMC, City Clerk Publish: Palm Beach Post Monday, February 18, 2019 Page 2 of 21

3 Page 3 of 21 SECTION 1 SPECIAL TERMS AND CONDITIONS 1.1 PURPOSE The purpose of this Solicitation is to establish a contract for the monthly maintenance of landscape irrigation systems installed at several City locations for the City of Palm Beach Gardens, Florida. 1.2 PRE-BID CONFERENCE Anticipated Procurement Schedule Event Date Invitation to Bid Advertised February 18, 2019 Pre-Bid Conference Not Applicable Due Date and Time for Bids March 1, 2019 Evaluation Process Begins March 4, 2019 Evaluation Process Ends March 2019 Award of Contract April/May TERM OF CONTRACT: 5 YEARS The contract shall commence on the date of the duly executed Agreement, and shall remain in effect for 5 years, inclusive of all warranty periods. The contract shall expire on the last day of the last month of the 5-year contract term. 1.4 OPTIONS TO RENEW 1.5 METHOD OF AWARD: LOWEST PRICE IN THE AGGREGATE The City will award this contract to the responsive and responsible Bidder who submits the lowest price to perform the work at all locations (all Groups) in the aggregate. The City will award the contract to one Bidder for all the locations (all Groups see Pricing Schedule). 1.6 PRICES SHALL BE FIXED AND FIRM The prices offered by the awarded Bidder shall remain fixed and firm during the contract term, and shall not be subject to any adjustments, except as may be provided elsewhere in the contract. 1.7 PRICE ADJUSTMENTS 1.8 EXAMINATION OF CITY FACILITIES OR EQUIPMENT Prior to submitting its offer, it is recommended that the Bidder visit the site of the proposed work and become familiar with any conditions which may in any manner affect the work to be done or affect the equipment, materials and labor required. The Bidder is also advised to examine carefully any drawings, specifications, or equipment, and become thoroughly aware regarding any and all conditions and requirements that may in any manner affect the work to be performed under the Contract. No additional allowances will be made because of lack of knowledge of these conditions.

4 For site visitation and equipment inspections please contact Cory Wilder, Public Services Director, at , to make arrangements. 1.9 EQUAL PRODUCTS Equal products will not be considered. The City has standardized to the Toro-brand of irrigation systems LIQUIDATED DAMAGES 1.11 INSURANCE The awarded Bidder shall not commence any performance pursuant to the terms of this Solicitation until certification or proof of insurance has been received and approved by the City s Risk Management Coordinator or designee. The required insurance coverage is to be issued by an insurance company authorized and licensed to do business in the State of Florida, with the minimum rating of B+ or better, in accordance with the latest edition of A.M. Best s Insurance Guide. This insurance shall be documented in certificates of insurance which provides that the City of Palm Beach Gardens shall be notified at least thirty (30) days in advance of cancellation, non-renewal, or adverse change. The receipt of certificates or other documentation of insurance or policies or copies of policies by the City or by any of its representatives, which indicate less coverage than is required, does not constitute a waiver of the awarded Bidder s obligation to fulfill the insurance requirements herein. Deductibles must be acceptable to the City of Palm Beach Gardens. The awarded Bidder must submit a current Certificate of Insurance, naming the City of Palm Beach Gardens as an additional insured and list as such on the insurance certificate. New certificates of insurance are to be provided to the City upon expiration. The awarded Bidder shall provide insurance coverage as follows, and shall carry: i. Workers Compensation Insurance as required by law. ii. iii. iv. Employer s Liability Insurance - $1,000,000 per occurrence Professional Liability (Errors and Omissions) Insurance - $1,000,000 with a deductible not to exceed $50,000 per claim. The certificate of insurance shall reference any applicable deductible. Comprehensive General Liability Insurance - $1,000,000 per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability, including premisesoperations, products/completed operations, broad form property damage, blanket contractual liability, independent contractors, X-C-U Coverage. v. Automobile Liability Insurance - for owned, non-owned and hired vehicles - $1,000,000 per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. Page 4 of 21

5 If no deductible for insurance is referenced above, the City reserves the right to require such deductibles which shall be determined by its Risk Management Coordinator, but not less than $25,000 per claim ANNUAL PERFORMANCE BOND Prior to starting any work, the awarded Bidder shall provide the City with an Annual Performance Bond for such work, in compliance with Florida Statutes, and the following requirements: The awarded Bidder shall duly execute and deliver to the City an Annual Performance Bond in an amount equal to ten percent (10%) of the estimated annual contract value, payable to the City, as surety for faithful performance under the terms and conditions of the contract. The Annual Performance Bond shall be delivered to the City within ten (10) calendar days after execution of the Agreement. The Annual Performance Bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida, and having a resident agent. The Bond may not be canceled, terminated, or revised unless the City has been provided with thirty (30) days advanced written notice of such action by the surety. The Annual Performance Bond shall be valid for a full twelve (12) months, and the awarded Bidder shall provide a newly executed Annual Performance Bond, within thirty (30) days of the expiration of the current Annual Performance Bond. Acknowledgement and agreement is given by both parties that the Annual Performance Bond amount is not intended to be or shall be deemed to be in the nature of liquidated damages, nor is it intended to limit the liability of the awarded Bidder to the City in the event of a material breach of the Agreement by the awarded Bidder. If the awarded Bidder fails to provide the Annual Performance Bond within the specified time, including granted extensions, the City shall declare the awarded Bidder in default of the contractual terms and conditions, and the City shall not accept any offer from that Bidder for at least twelve (12) months following such default CERTIFICATIONS AND LICENCES Any Bidder that submits an offer in response to this Solicitation shall, at the time of such offer, hold all necessary certifications as a Certified Landscape Irrigation Contractor to perform the work proposed for this project. If other professions or trades are required in conjunction with this Solicitation and such work/services will be performed or provided by a subcontractor(s), an applicable Certificate of Competency issued to the subcontractor(s) shall be submitted with the Bidder s offer; provided, however, that the City may at its option and in its best interest allow the Bidder to supply the subcontractor(s) certificate to the City during the evaluation period. The Bidder shall include copies of its certifications and any other relevant licenses or documentation with its Bid Submittal BID BOND Page 5 of 21

6 Page 6 of METHOD OF PAYMENT: MONTHLY INVOICES The awarded Bidder shall submit an invoice each month to the City for work performed at the various locations after the work has been completed, and has been accepted by the City. The date of the invoices shall not exceed 30 calendar days from the performance of the services. Under no circumstances shall the invoice be submitted to the City in advance of the completion and acceptance of the work. The invoice shall contain the following basic information: the awarded Bidder s name and address, invoice number, date of invoice, service date and location, the contract number, purchase order number, and any discounts. The City prides itself on paying its vendors promptly and efficiently, and as such requires that vendors accept payment via wire transfer, ACH (direct deposit), or an appropriate electronic payment method. The City is averse to issuing paper checks and seeks to discontinue this practice. All payments shall be made in accordance with the Florida Prompt Payment Act, Section , Florida Statutes, upon presentation of a proper invoice by the awarded Bidder WARRANTY SHALL BE ONE YEAR FROM DATE OF ACCEPTANCE In addition to all other warranties that may be supplied by the Bidder, the awarded Bidder shall warrant its products and service against faulty labor or defective material, for a minimum period of one year from the date of acceptance of the labor, materials and/or equipment by the City. This warranty requirement shall remain in force for the full period; regardless of whether the awarded Bidder is under contract with the City at the time of defect. Any payment by the City on behalf of the goods or services received from the awarded Bidder does not constitute a waiver of these warranty provisions ADDITIONAL LOCATIONS Although this solicitation and resultant contract identifies specific locations to be serviced, it is hereby agreed and understood that any City location may be added to this contract at the option of the City, for similar services. The awarded Bidder shall be invited to provide pricing for these additional locations. If the pricing is acceptable to the City, the new locations will be added to the contract by a Purchase Order Change Order. The City may determine to obtain price quotes for the additional locations from non-contract vendors in the event that fair and reasonable pricing is not obtained from the awarded Bidder, or for other reasons at the City s discretion. The City shall also have the right to delete any location from this contract, upon written notification to the awarded Bidder CATALOGS AND PRICE LISTS 1.19 CLEAN UP The awarded Bidder shall remove all unusable materials and debris from the work areas at the end of each workday, and disposed of in an appropriate manner. Upon final completion, the awarded Bidder shall thoroughly clean up all areas where work has been involved as mutually agreed with the City s authorized representative DEMONSTRATION OF EQUIPMENT

7 1.21 HOURLY RATE 1.22 MOTOR VEHICLE LICENSE REQUIREMENT 1.23 PATENTS AND ROYALTIES 1.24 PRE-CONSTRUCTION CONFERENCE 1.25 RELEASE OF CLAIM REQUIRED Pursuant Section , Florida Statutes all payments to the subcontractors shall be made by the awarded Bidder within ten (10) days of receipt of the partial payment from the City. With the exception of the first partial payment, the awarded Bidder must pay all of its subcontractors and suppliers who have performed any work or supplied any materials for the project within ten (10) days after receipt of the partial payment by the awarded Bidder for monies due such subcontractors and suppliers as a result of a percentage of the work completed. The awarded Bidder must provide the City's project manager with duly executed affidavits (subcontractor's statement of satisfaction) or releases of claim from all subcontractors and suppliers who have performed any work or supplied any materials for on the project as of that date. The affidavit or releases shall certify that said subcontractors and suppliers have been paid their proportionate share of all previous partial payments to the awarded Bidder. In the event such affidavits cannot be furnished, the awarded Bidder may submit an executed consent of surety to requisition payment, identifying the subcontractors and suppliers with the amounts for which the statement of satisfaction cannot be furnished. If the awarded Bidder fails to provide a consent of surety to requisition payment, the amount in dispute will be withheld until either the statement of satisfaction is furnished, or the consent of surety to requisition payment is furnished SUBCONTRACTORS OF WORK SHALL BE IDENTIFIED As part of its Bid, the Bidder must identify any and all subcontractors that will be used in the performance of the proposed work, their capabilities and experience, and the portion of the work to be done by the subcontractor. The competency of the subcontractor(s) with respect to experience, skill, responsibility and business standing shall be considered by the City when making the award in the best interest of the City. If the Bidder fails to identify any and all sub-contractors in the Bid, the Bidder may be allowed to submit this documentation during the Bid evaluation period, if such action is in the best interest of the City OTHER FORMS OR DOCUMENTS If the City is required by the awarded Bidder to complete and execute any other forms or documents in relation to this Solicitation, the terms, conditions, and requirements in this Solicitation shall take precedence to any and all conflicting or modifying terms, conditions or requirements of the Bidder s forms or documents FAILURE TO DELIVER OR COMPLETE WORK Should the awarded Bidder fail to deliver or complete the inspections on a timely basis, and within the schedule established by the City, it is hereby agreed and understood that the City reserves the authority to cancel the Contract with the awarded Bidder and secure the services of another Page 7 of 21

8 vendor to perform the inspections. If the City exercises this authority, the City shall be responsible for paying the awarded Bidder for inspections that were completed in accordance with the Contract specifications. The City may, at its option, demand payment from the awarded Bidder, through an invoice or credit memo, for any additional costs over and beyond the original Contract price, which were incurred by the City, as a result of having to secure the services of another vendor. Page 8 of 21

9 Page 9 of 21 SECTION 2 STATEMENT OF WORK 2.1 GENERAL REQUIREMENTS The following are the general specifications for the irrigation maintenance services of medians and public grounds in the City of Palm Beach Gardens. a. The Scope of Work shall include, but not be limited to, the operation and continued maintenance of the automatic irrigation systems to provide irrigation water to all planted areas within the areas specified in the contract. b. The awarded Bidder shall furnish all supervision, labor, materials, supplies, and equipment, as necessary, to properly maintain the work specified herein. Supervisory personnel used to oversee the required maintenance shall have a minimum of five (5) years of experience in irrigation maintenance. c. No activity shall be carried out in a manner that will disrupt, inconvenience or endanger any member of the public. Failure to follow mandated safety practices or guidelines may result in termination of the contract for cause. d. The awarded Bidder shall be responsible for repair of any damages that occur as a result of its operations, including but not limited to, plant loss due to improper irrigation maintenance procedures, improper equipment operation, pavement damage from loading or unloading, and fuel spills. The awarded Bidder shall take all necessary precautions to protect the City s property. Any damage to City or private property, which has occurred as a direct result of the awarded Bidder s operations, must be reported to the City s field representative immediately. 2.2 RESPONSIBILITIES OF AWARDED BIDDER a. The awarded Bidder shall be responsible for the repair of any sprinkler heads, water, electric, telephone lines, hedges, shrubbery, trees, buildings, etc., damaged during the course of their operation. These repairs shall be accomplished promptly, with like materials at the awarded Bidder s expense. It is recommended that the awarded Bidder inspect all areas to be maintained prior to starting work, and report damages to the City field representative for verification as to eliminate such damage being discovered during the post service inspection and being assessed as damage caused by the awarded Bidder during his operations. b. At the end of each maintenance day, all walks, drives, road surfaces, and open space areas shall be free of any loose materials, trash, and/or debris. c. All personnel shall wear proper attire, which, as a minimum, includes a standard shirt carrying the company s name and/or logo, present a good appearance and maintain a professional code of conduct. All personnel shall wear safety vests with reflective striping when working within the road right-of-way. The awarded Bidder shall be solely responsible for complying with all applicable FDOT Maintenance of Traffic standards when working within the road right-of-way. d. No storage or provision for storage will be allowed on site for maintenance equipment or materials.

10 e. All vehicles shall be clearly identified with the company name and/or logo and present a good appearance. Vehicles and equipment shall be parked within the City right-of-way so as not to obstruct or interfere with pedestrian or vehicular traffic. 2.3 GENERAL SCOPE OF SERVICES a. The work to be performed by the awarded Bidder shall include all labor, materials and equipment necessary to repair and maintain existing irrigation systems located throughout the City. b. The awarded Bidder shall perform all its obligations and functions under this contract in accordance with these specifications, and in a professional and businesslike manner so that all the turf areas and plantings are irrigated properly. The awarded Bidder shall use its best efforts to coordinate its activities with and adjust its activities to the needs and requirements of the City; and to perform its activities so as not to disturb, endanger, unreasonable interfere or delay operations or activities in the work areas. c. The awarded Bidder shall make reasonable immediate response to correct problems or perform special actions as requested by the city. The awarded Bidder shall designate a representative who shall act as the main contact with the City for this contract. 2.4 IRRIGATION SYSTEM MAINTENANCE a. The awarded Bidder shall be responsible for monitoring of the irrigation systems in the areas covered by this contract and shall submit a monthly written report (Service Check Off List) to the City. Monitoring of the irrigation system includes: i. monthly, quarterly, or otherwise specified scheduled wet checks; ii. iii. iv. adjusting all valves and heads for proper operation and direction such that they do not spray into or across roadways, walkways, or any other vehicular or pedestrian areas; clearing away grass, debris, or vegetation that may hinder the operation of the sprinkler heads; replacement of sprinkler heads and/or nozzles. Replacement of sprinkler heads and nozzles shall be in accordance with unit price submitted in this bid. Page 10 of 21 b. The majority of the specified areas for irrigation system maintenance are controlled by a Toro Sentinel centralized irrigation system. The awarded Bidder has the option of utilizing a City-owned hand-held Sentinel radio to perform the monthly wet check service. Any damage caused to the hand-held radio by carelessness of the awarded Bidder will be deducted from the monthly invoice amount. c. If the irrigation system or surrounding property is damaged as the result of the awarded Bidder s maintenance activities or failure to provide proper maintenance, the awarded Bidder shall be responsible for all materials and labor required for prompt repair to the City s satisfaction. The awarded Bidder shall be responsible for maintaining proper elevation on all irrigation system components to prevent damage by maintenance activities and/or vehicles.

11 d. Non-Working sprinkler heads shall be replaced only with the models specified in the Materials List. Substitution of other models will not be accepted. All damaged heads that have been replaced shall be returned to the City s authorized representative for verification. e. The City will be responsible for the cost of labor and materials for any repairs and or replacement of the following items during maintenance inspections: i. defective control valves; ii. iii. iv. defective, cut and/or damaged electrical lines; subterranean pipe work; non-functioning pumps; v. non-functioning controllers. f. Wet checks shall include, but are not limited to the following: i. Ensuring that all sprinkler heads are fully functional (rotating properly with each nozzle performing effectively) and in the correct direction/span. ii. iii. Irrigation lines are operational and present no safety risk and/or have any breaks. Valves are operational and properly adjusted. Page 11 of 21

12 BID SUBMITTAL This page and all following pages comprise your Bid Submittal and offer to the City. Please attach any additional information or documentation requested in this Invitation to Bid. There is no need to include the preceding sections of the Invitation to Bid. IRRIGATION MAINTENANCE SERVICES Due Date and Time Friday, March 1, 2019 INSTRUCTIONS Responses to this Invitation to Bid must be submitted in a sealed envelope to the Office of the City Clerk, North Military Trail, Palm Beach Gardens, Florida 33410, on or before the Due Date and time show above. Late responses will not be accepted. The City s normal business hours are 8:00 a.m. to 5:00 p.m., Mondays through Fridays, except holidays. The sealed envelope must have the following information clearly marked on the face of the envelope: vendor s name, vendor s address, Invitation to Bid number and title. The sealed envelope must contain a signed original of the Solicitation Summary, and a PDF version of your bid on a CD/DVD or a USB drive. If any of the documents are password-protected, the City may deem your bid non-responsive. If the completed Solicitation Summary is not included in the sealed envelope as a hard copy, the City may deem your bid non-responsive. A printed hard-copy of your bid is not required. Timely responses will be publicly opened, read aloud, and recorded by the City Clerk at City Hall on the Due Date and time stated above. All questions regarding this Solicitation must be submitted in writing to the Purchasing Department at kmra@pbgfl.com. This Invitation to Bid is subject to the City s General Terms and Conditions, which are available for review at By submitting an offer to this Invitation to Bid, the vendor agrees to be bound by the City s General Terms and Conditions. Page 12 of 21

13 SECTION 3 PRICING SCHEDULE 3.1 PRICES AND RATES Please indicate in the table below, the firm and fixed pricing offered to the City for the goods or services described in this Invitation to Bid. LOCATIONS GROUP A Hood Road Medians: 600* Hood Rd - Evergreen Military Trail Medians: 601 Military Trail - Evergreen PGA Blvd Medians: 203 Military Trail - Turnpike Overpass PGA Blvd Medians - Intracoastal Waterway bridge Military Trail Medians: 107/205/106/200 Arbor Way - PGA Blvd Northlake Boulevard Medians: 204 Military Trail - Turnpike Overpass Military Trail Medians, I 95 Overpass - EPB-3 Canal: 108 Burns Rd Medians, Gardens East Dr - Prosperity Farms Rd: 201 IRRIGATION SYSTEM MAINTENANCE MONTHLY WET CHECKS NO. OF WET CHECKS NO. OF ZONES 12 6 $ $ $ 12 5 $ $ $ 12 7 $ $ Holly Drive - Military Trail - Riverside Dr: $ MacArthur Blvd Medians and Rights of Way: $ Alt A1A - RCA Blvd - Burns Rd, West Road Shoulder Only: $ I-95 and Northlake Blvd Quads: $ I-95 and PGA Blvd Quads: 777, 778, 779 and $ Lake Norm Russo Park Entrance: $ 117 th Court North and Shady Lakes Drive: $ A1A West Road Shoulder Burns Road (Burns Road to Lighthouse Drive) 12 6 $ TOTAL MONTHLY PRICE FOR GROUP A: MONTHLY COST PER SITE $ Page 13 of 21

14 LOCATIONS GROUP B NO. OF WET CHECKS NO. OF ZONES Burns Road Recreation Center and Lakeside Bldg $ Municipal Complex, including City Hall, Fire Station 1, Police, Gardens Park, and Public Serv Ops Center 6 45 $ Fire Station 4: $ Tennis Center $ Fire Station $ Fire Station $ Burns Road Recreation Center: $ Fire Station 4, Mirasol 6 12 $ Sandhill Crane Golf Club 6 12 $ TOTAL MONTHLY PRICE FOR GROUP B: $ MONTHLY COST PER SITE LOCATIONS GROUP C NO. OF WET CHECKS NO. OF ZONES Lake Catherine Park and MacArthur Boulevard 6 9 $ Mirasol Park 6 25 $ Burns Road Recreation Center and Military Trail (Holly Drive to Burns Road) 6 11 $ Lake Catherine 6 10 $ Twins Park North 6 3 $ Twins Park South 6 4 $ PGA National Park 6 7 $ Allamanda Canal 6 4 $ Oaks Park 6 15 $ Lilac Park Commons and Dog Park: $ Ilex Circle 6 3 $ Fire Training Facility 6 4 $ MONTHLY COST PER SITE Page 14 of 21

15 North County District Park 6 16 $ Ironwood Park 6 6 $ TOTAL MONTHLY PRICE FOR GROUP C: $ LOCATIONS GROUP D NO. OF WET CHECKS NO. OF ZONES PGA Flyover $ TOTAL MONTHLY PRICE FOR GROUP C: $ AGGREGATE TOTAL BID AMOUNT: GROUPS A + B + C + D: $ MONTHLY COST PER SITE NOTE: * The numbers indicate the clock number that runs the zone. The awarded Bidder will utilize these numbers to run each zone in that area. 3.2 MATERIALS LIST UNIT COST FOR HEAD REPAIR LABOR AND MATERIAL Toro 570Z-6P XF COM with Nozzle Toro 570Z-12P XF COM with Nozzle Toro Spray Nozzle $ $ $ 4 Rotor Head $ Hourly charge for Technician and Helper $ per hour 3.3 REQUIRED SUBMITTALS The Bidder shall include copies of its certifications and any other relevant licenses or documentation with its Bid Submittal. Page 15 of 21

16 SECTION 4 AFFIDAVITS AND FORMS 4.1 AFFIDAVITS AND FORMS All affidavits and forms must be acknowledged and completed by an official having legal authorization to contractually bind the Bidder. These affidavits and forms represent a binding commitment upon the Bidder to provide the goods or services offered to the City. The Bidder is required to read and become informed of the provisions of the following applicable forms available at a. Notification of Public Entity Crimes Law b. Notification of Public Records Law c. Drug-Free Work Place d. Conflict of Interest Disclosure e. Non-Collusion Affidavit By submitting an offer for this Invitation to Bid, the Bidder acknowledges to reading and accepting the provisions and requirements of the above forms as legally and contractually binding on the Bidder. 4.2 INCORPORATION AFFIDAVIT The Incorporation Affidavit must be completed by an official having legal authorization to contractually bind the Bidder, and be duly stamped and signed by a Notary Public, and submitted as a hard-copy in your bid. 4.3 FORMATS OF BONDS AND OTHER FORMS If the Invitation to Bid requires any bonds, the sample formats and wording that are acceptable to the City can be found at for the following documents. The draft Agreement for Goods and Services is also available for review at the same link. f. Performance Bond g. Payment Bond h. Letter of Credit i. Bid Bond j. Construction Bond k. Draft Agreement for Goods or Services Page 16 of 21

17 ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: List below the dates of issue for each addendum received in connection with this Solicitation: Addendum #1, Dated Addendum #2, Dated Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated Addendum #9, Dated Addendum #10, Dated PART II: NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS SOLICITATION Firm Name Signature Name and Title (Print) Date Page 17 of 21

18 BID/OFFER SIGNATURE PAGE By signing this document, the Bidder certifies that it satisfies all legal requirements as an entity to do business with the City, including all Conflict of Interest and Code of Ethics provisions. Bidder s Name: Bidder s Principal Address: Primary Telephone Number: Address: Federal Employer Identification Number: Signature: (Signature of authorized official) Print Name: Title: Date: BY SIGNING THIS DOCUMENT, THE BIDDER AGREES TO ALL TERMS AND CONDITIONS OF THIS SOLICITATION AND THE RESULTING CONTRACT AND AGREEMENT. THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER, FOR NOT LESS THAN 90 DAYS, AND THE BIDDER S UNEQUIVOCAL OFFER TO BE BOUND BY THE TERMS AND CONDITIONS SET FORTH IN THIS INVITATION TO BID. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON-RESPONSIVE. THE CITY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY BID THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Page 18

19 INCORPORATION AFFIDAVIT Solicitation No. State of Florida } SS: County of Palm Beach } I, (print name) acknowledge that I have legal authorization to contractually bind (name of company or firm). I acknowledge that as part of my response to this Solicitation I have read and reviewed copies of the following documents located at 1. Notification of Public Entity Crimes Law; 2. Notification of Public Records Law; 3. Drug-Free Work Place Provisions; 4. Conflict of Interest Disclosure; and 5. Non-Collusion Affidavit I hereby swear or affirm that I have read and that I understand and accept all the requirements and regulations imposed by the above-referenced documents and that I acknowledge and accept that the above-referenced documents and all terms and conditions contained therein are incorporated into my response to this Solicitation. I make this Affidavit under penalty of perjury. Signature: Firm Name: Title: Date: Notary Public The foregoing Affidavit was acknowledged before me this day of, 20, by who is personally known to me or who has produced a Florida driver's license as identification and who did take an oath. [Notary Seal] Signature: Page 19 of 21

20 SECTION 5 EXHIBITS AND ATTACHMENTS 5.1 EXHIBITS AND ATTACHMENTS The following Exhibits and Attachments are included for informational purposes only. i. Exhibit A Sample Irrigation Service Check List SAMPLE IRRIGATION SERVICE CHECK LIST IRRIGATION SERVICE CHECK LIST Date Completed: Clock #/Zone # Zone Type Rotor/Mist Work performed, or additional work needed Page 20 of 21

21 SOLICITATION SUMMARY IMPORTANT NOTICE The information you provide on this page will be read aloud at the public opening on the Due Date and time for this Solicitation. It is very important that the summary information you provide below is exactly the same information contained in the electronic version of your submittal. If subsequent to the public opening, the City determines that the information contained in the electronic version is different from the information in this Solicitation Summary, the City reserves the right to deem your offer non-responsive, and remove your submittal from further evaluation and consideration for award. Bid Number: Title: Due Date and Time: Name of Bidder: Address: Contact Person: March 1, 3:00PM Aggregate Total Bid Amount (numbers) for Groups A + B + C + D: $ Authorized Signature: Date: BY SIGNING AND SUBMITTING THIS SOLICITATION SUMMARY, THE BIDDER AFFIRMS THAT THE INFORMATION PROVIDED ABOVE IS AN EXACT AND CORRECT SUMMARY OF THE INFORMATION CONTAINED IN THE ELECTRONIC VERSION OF THE BIDDER S OFFER TO THE CITY OF PALM BEACH GARDENS. THIS SOLICITATION SUMMARY MUST BE SIGNED AND INCLUDED AS AN ORIGINAL HARDCOPY IN THE SEALED ENVELOPE CONTAINING YOUR BID OFFER. Page 21 of 21

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

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

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

INVITATION TO BID U Directional Boring Utility Department

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

More information

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

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

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

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 Forest Park Request for Proposals. Secure Access Control Systems

City of Forest Park Request for Proposals. Secure Access Control Systems City of Forest Park Request for Proposals Secure Access Control Systems Mandatory Pre-Proposal Conference March 9, 2016 at 10 am Bid Deadline March 25, 2016, at 2pm Purpose: The City of Forest Park is

More information

INVITATION TO BID Retaining Wall

INVITATION TO BID Retaining Wall INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, 30297. Bid Deadline November 3, 2017, at 2pm Purpose: The City of

More information

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

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

More information

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID # INVITATION TO BID PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #2018-20 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website: http://www.bakercountyfl.org

More information

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax: PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org September 11, 2012 Ladies and Gentlemen: The City of Peachtree City will

More information

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

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

construction plans must be approved for construction by the City PBZ department.

construction plans must be approved for construction by the City PBZ department. City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00

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

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

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

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404) City of Forest Park Request for Proposals for the Forest Park Urban Redevelopment Agency (URA) Installation Ft. Gillem Forest Park, Georgia 30297 Mandatory Pre-Proposal Conference September 29, 2015 at

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

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

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

More information

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

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

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

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

More information

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

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

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

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

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building City of Forest Park Request for Proposals Automatic Fire Sprinkler System - Community Building Mandatory Pre-Bid Conference March 4, 2014 at 1:30 pm Bid Deadline March 14, 2014 at 2:00 pm Purpose: The

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

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

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

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

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

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT SPECIFICATIONS FOR OLMSTED STONE ARCH BRIDGE REPAIR PROJECT CITY OF JEFFERSONTOWN, KENTUCKY CITY HALL 10416 Watterson Trail Jeffersontown, Kentucky 40299 May 28, 2013 NOTICE TO BIDDERS The City of Jeffersontown,

More information

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

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

More information

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

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

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

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Bid Opening Date/Time Tuesday, September 1, 2015 @ 2:15 p.m. local time City of

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT BID #4-10 - SALE OF FERROUS METALS County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Fred M. Maxon,

More information

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING INVITATION TO BID FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING BID #2018-13 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904)

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS The City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, FL 33410 PURCHASING DEPARTMENT REQUEST FOR PROPOSALS RFP NO.: RFP2016-027FR TITLE: STAFFING STUDY FOR FIRE RESCUE DEPARTMENT

More information

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

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

More information

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

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

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS Request for Bids SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS DONALD CERRONE, CHAIRMAN JOHN M WALSH, VICE-CHAIRMAN

More information

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax: PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org November 29, 2016 Ladies and Gentlemen: The City of Peachtree City will be

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

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District Hoffman Estates Park District BID DATE: 12/5/16 BID TIME: 10am CST PREPARED BY: Brian Bechtold Director of Golf Operations 847-781-3679 HOFFMAN ESTATES PARK DISTRICT 1685 W. Higgins Road Hoffman Estates

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

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Electrical Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals ( RFP ) Issued by Affinity Insurance Services, Inc. Plan Administrator - MWCARP This RFP is a solicitation

More information

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO 63144 REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES THIS IS NOT AN ORDER RFP 2015 Video Production Services Page 1 of 14 CITY OF

More information

TOWN OF LAKEVILLE, MASSACHUSETTS INVITATION FOR BIDS FUEL NO. 2 OIL

TOWN OF LAKEVILLE, MASSACHUSETTS INVITATION FOR BIDS FUEL NO. 2 OIL TOWN OF LAKEVILLE, MASSACHUSETTS INVITATION FOR BIDS FUEL NO. 2 OIL The Town of Lakeville, Massachusetts is seeking bids on fuel for its various Town facilities as follows. Bids may be submitted on any

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

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

PROPOSAL FOR STREET SWEEPING SERVICES

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

More information

CITY OF 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

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

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

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

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

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

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

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

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

INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID #

INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID # INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID #2016-08 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website:

More information

SECTION NOTICE INVITING BIDS

SECTION NOTICE INVITING BIDS SECTION 00020 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of Yuba City, hereafter referred to as Owner, will receive SEALED BIDS at the City Hall, City Clerk s Office, 1201 Civic Center Blvd.,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

Miami Shores Village. Request for Qualifications No

Miami Shores Village. Request for Qualifications No Miami Shores Village Request for Qualifications No. 2017-08-27 Automatic License Plate Recognition (ALPR) System ***AMENDED*** RFQ OPENING: Thursday, Nov. 9 th, 2017, 2:00 P.M. Miami Shores Village Council

More information

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP # CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #13-09-001 The City of Dublin is accepting proposals for the purchase of a

More information

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

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

More information

City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40

City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40 1 City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40 Proposals Shall Be Received by the Purchasing Department, City of Hammond

More information

Landscaping and Mowing. City of Ranson, West Virginia

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

More information

Appomattox River Water Authority

Appomattox River Water Authority Appomattox River Water Authority 21300 Chesdin Rd. - S. Chesterfield, VA 23803 - Phone (804) 590-1145 - Fax (804) 590-9285 ADVERTISEMENT FOR BIDS APPOMATTOX RIVER WATER AUTHORITY BID INVITATION NO: 19-0207

More information

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

More information

Scofield Ridge Homeowners Association

Scofield Ridge Homeowners Association Scofield Ridge Homeowners Association RFP #2012-003 Subject: Entrance Monument Design & Construction Due: March 30, 2012 2:00pm CST c/o Goodwin Management, Attn.: Debra Johnson * 11149 Research Blvd.,

More 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

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

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL PROPOSAL No. 18024 Cameras-Lakeside Plant (Per Attached Specifications) Proposal Release: March 9, 2018 Proposal Questions Deadline: Proposal Due Date: March 23,

More information

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION PARTNERS 13-107 PROJECT IDENTIFICATION 000000-1 PROJECT IDENTIFICATION PROJECT: CITY OF NEW BALTIMORE DPS BUILDING ADDITION OWNER: CITY OF NEW BALTIMORE 36535 Green Street New Baltimore, MI 48047 ARCHITECT:

More information

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

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

More information

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

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES

INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES BIDDER INSTRUCTIONS Montrose County is accepting sealed bids from qualified vendors to provide vehicle towing, impound, and storage services for

More information

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager:

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager: REQUEST FOR QUALIFICATIONS & PROPOSALS PROJECT NAME: Continuing Professional Engineering Services DESCRIPTION: DATE ISSUED: 8/22/2018 The City of Greenwood is soliciting proposals from professional engineering

More information

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Bid Opening Date/Time Tuesday, October 23, 2012 @ 2:00 p.m. (local

More information

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR Spray foam services At Wyoming County of Wyoming Animal shelter PRC # 2018009820 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the County of Wyoming

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