CITY OF PEACHTREE CITY KEDRON POOL RESURFACING ADDENDUM #1

Size: px
Start display at page:

Download "CITY OF PEACHTREE CITY KEDRON POOL RESURFACING ADDENDUM #1"

Transcription

1 PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax: CITY OF PEACHTREE CITY KEDRON POOL RESURFACING ADDENDUM #1 Several questions and concerns were raised as a result of the mandatory pre-bid meeting held January 10, QUESTION: In your introduction (second paragraph) you state that the pool measures seventy five feet in length but in Parentheses you said (59). Is the correct length 75 or 59? RESPONSE: Vendors need to measure pools at the mandatory pre-bid meeting for actual lengths. You should find the pool to be approximately CLARIFICATION: In point 17 you state to do a complete leak detection of the pool. You go on to say that the pool must be drained. One way to do a leak test is to walk around inside of an empty pool and look for cracks or potentials leak points. The right way is to dye test the pool. This involves scuba diving in the pool with dye and looking for leaks. Obviously, the pool needs to be full to do this. Can you clarify please? RESPONSE: Visual inspection is all that is required. 3. CLARIFICATION: Pool closure dates are incredibly important and the City cannot make any exceptions. Selected vendor absolutely must begin work the moment the bubble is removed and must maintain an appropriate workforce during all weather favorable days. Unless the City experiences a significant weather event, the pool must open as scheduled or vendor will be held financially liable. 4. CLARIFICATION: Although the National Plaster Council Standards recommends a balancing time greater than the City is requesting, the City simply can t afford that time. Contractor will be required to maximize the amount of time chemicals are added but the pool chemistry must be ready for swimmers April CLARIFICATION: The City will assume responsibility for both draining of pools and filling of pools. 6. QUESTION: Is the larger pool certified for competition? RESPONSE: No. 7. CLARIFICATION: Contractor will need to provide rest room facilities for employees. Contractor shall not use City facilities. 8. CLARIFICATION: The bid document mentioned coping. Disregard. 9. CLARIFICATION: Mastic is required on at the expansion joint; match current color. Deck-O-Seal Product or approved equivalent shall be used. Equivalency approval will be determined by the Project Manager CLARIFICATION: Staff was asked how often the water is tested. It is tested every hour that the pool is open. 11. CLARIFICATION: The bid document indicated 1 x 1 tile. That should have been 2 x CLARIFICATION: The pools will need to be brushed after the pool has opened; the City understands this. Contractor may return to the pool site during hours of operation to brush however, pool loads must be at a minimum and no working around swim teams or exercise classes. 13. CLARIFICATION: The deck tile shall not be replaced. Contractor must clean existing. 11 January 2013

2 PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax: December 17, 2012 Ladies and Gentlemen: The City of Peachtree City will be accepting lump sum sealed bids at the office of the Purchasing Department, 151 Willowbend Road, Peachtree City, Georgia, 30269, until 3:00 p.m. on Tuesday, January 29, 2013, for resurfacing of the interior area of the large pool and therapeutic pool at the Kedron Fieldhouse and Aquatic Center ( Kedron ). The bids will be opened and read aloud at that time and place. Bids received after the set time will not be considered. All bids must strictly conform to the plans, specifications, or other bid documents. Specifications, directions, bid forms and other conditions can be found on the City s website at A mandatory pre-bid meeting is scheduled for Thursday, January 10, 2013, at 10:00 a.m. local time at Kedron, 202 Kedron Drive (street sign reads Fieldhouse Drive), Peachtree City, Georgia. No bids shall be considered from companies that did not attend the pre-bid meeting. Bids are to be submitted in a sealed envelope, with the name of the project (Pool Resurface Bid # BKD) clearly marked on the front. The date and time of opening are also to be included, along with the name of the company submitting the bid. The bid made by any company or firm must be signed in a legal manner in the name of such company or firm by a duly authorized officer, and the principal place of business must be shown (no post office boxes). No bids may be withdrawn for a period of sixty (60) days after the scheduled time to receive the bids. Any request for clarification must be submitted in writing (hand delivery, , fax, or regular mail) to Angela Egan, Purchasing Agent, by the close of business, no later than five business days prior to the submission of bids. Any clarification issued will be in the form of an addendum to the bid instructions, plans, or specifications and will be issued to all potential bidders not later than seventy-two (72) hours prior to the time of submission of bids. Any addendums will also be placed on the City s website at Although the Purchasing Department will take effort to send any addendum to known bidders, it is the bidder s ultimate responsibility to ensure that they have all applicable addenda prior to bid submittal. This may be accomplished via contact with the Purchasing Agent or by visiting the City s website prior to bid submittal. The City reserves the right to bid a project in phases and award the contract on the phases it deems to be in the City's best interest. The City will choose the lowest, best, responsible or responsive bidder. The City will exercise its discretion in awarding the contract to the bidder who best satisfies the needs of the City. The City reserves the right to negotiate with the firm awarded the contract, after the contract is signed. The City also reserves the right to reject any and all bids and to waive any and all irregularities. Bids will not be accepted from any person, firm or corporation who is in arrears in any debt or obligation to the City of Peachtree City or any other governmental entity. Sincerely, Angela Egan Purchasing Agent Enclosure ARE/POOL RESURFACE BKD

3 PROJECT DESCRIPTION RESURFACING OF THE POOLS AT THE KEDRON FIELDHOUSE AND AQUATIC CENTER Introduction - The City of Peachtree City is soliciting bids from qualified contractors for the re-surfacing of the interior pool area of two pools at the Kedron Fieldhouse and Aquatic Center located at 202 Kedron Drive, Peachtree City, Georgia, (The street sign will read Fieldhouse Drive. The road name changed very recently. Follow Fieldhouse Drive down the hill to the pools.) The pools are as follows: The therapeutic pool measures approximately seventy-five (59) feet in length. Potential bidders are responsible to measure width The depth ranges from three (3) feet at the shallow end to a maximum of five (5) feet at the deep end. The volume of the pool is approximately 30,000 gallons. The lap pool measures approximately seventy-five (75) feet in length by fifty-eight (58) feet in width. The depth ranges from four (4) feet at the shallow end to a maximum of nine (9) feet at the deep end. The volume of the pool is approximately 197,000 gallons. Pre-bid meeting A mandatory pre-bid meeting is scheduled for Thursday, January 10, 2013, at 10:00 a.m. local time at the Kedron Fieldhouse and Aquatic Center, 202 Kedron Dr. (street sign reads Fieldhouse Drive), Peachtree City, Georgia. No bids shall be considered from companies that did not attend the pre-bid meeting. General- The existing plaster is loose and cracked in places. Plaster on the bottom and walls of the pool is stained in numerous places. Specifics For Both Pools - 1. Kedron will be closed from March 11, 2013 to March 31, During the first week, the two air support structures over the pools will be removed while during the second and third weeks, the resurfacing of the two pools will need to be completed. This will be the only time for the resurfacing to be accomplished. Coordinating with the Project Manager will be extremely important. Project must be completed within ten (10) consecutive calendar days. Absolutely no exceptions. 2. Pools need to be drained and cleaned in preparation for the removal of all loose plaster, down to firm plaster, including any hollow places found during Tap Test. 3. Acid wash entire surface area to insure proper bonding of new material. Thoroughly rinse pool after acid wash. 4. The 8 skimmers need to be securely covered to prevent debris from entering water overflow/return lines. 5. Main drains need to be replaced and covered to prevent debris from entering lines. 6. Return drains on bottom of pool need to be replaced and covered to prevent debris from entering lines. 7. Use all new white goods for replacement drains. 8. Check and replace any non working skimmers. 9. Remove and discard all pool tiles. Install new frost proof 6 x 6 tile. 10. Install depth and FT markings per county code. 11. Install no diving tile per county code. 12. Allow 48 hours for curing before water is in contract with tile. 13. Remove and discard all existing coping. Fill in and prepare areas (where necessary) for new coping. 14. All expansion joints are to be included in the resurfacing. 15. Install safety tile across belly band of pool to distinguish deep water.

4 16. During plaster removal any damage caused to new tile, racing lane anchors, or step treads shall be repaired or replaced at contractor s expense. 17. Perform a complete leak detection of pool shell prior to re-surfacing in order to address potential problems prior to re-plastering. Pool must be drained. 18. Replace hydrostat valve. 19. In preparation for plaster, hand chip at returns and light niches. 20. Cut around skimmers and epoxy bond prior to plaster to prevent leaking. 21. Apply bonding agent. 22. Re-surface the pool with plaster. Trawl smooth to a minimum thickness of 3/8 to ½. Color must match existing color to the satisfaction of the City. 23. Seal around light conduit in underwater lights. 24. Upon completion all drains and pool water, all returns shall be unplugged and made operational. 25. Pool water chemistry to be balanced; to include and insure proper chlorine, PH, total alkalinity, stabilizer and calcium levels and an additive to remove metals from the water to reduce possible staining. All chemistry costs are the responsibility of the firm awarded the bid. 26. Adjust all fittings to manufacturer s specifications. 27. Entire pool surface (interior) is to be brushed, including walls and bottom. This is to be performed for (14) consecutive days to prevent plaster residue from permeating into the pores of the new plaster, which can cause staining and scaling. Pool water must be maintained at ph reading. ( ). 28. Seal around all drains/water returns and anywhere mountings have been disturbed, to prevent leaking. 29. Warranty on all parts and labor is for thirty-six (36) months provided correct chemical balance and filtration is maintained for the same 36-month period. Written documentation of water condition must be maintained on a weekly basis by pool management contractor. 30. Work needs to be completed so that the pool can open to the public on April 1, No exceptions. 31. With approval from the Project Manager, a dumpster can be placed in the parking lot. 32. The tiles that distinguish the deep end are 1 x 1 tiles the tiles that go across the pool bottom to let swimmer know the point where the deep end starts. 6 x 6 tiles are the depth marking tiles those that read 3 ft., 6 ft. etc. 33. Any unforeseen variable shall be handled as a change order. No deviation from bid specs unless a change order form has been by the City Manager. Sample change order form attached. Specifics For Therapeutic Pool 34. Water line tiles must be replaced. Replacement tile shall be comparable in quality to existing. Color to match existing. Specifics for Lap Pool 35. Complete expansion joint using SL 1 mastic. 36. Tile lane lines shall be replaced. 37. Expansion joint tiles must be replaced

5 CITY OF PEACHTREE CITY RESURFACING OF THE POOLS AT THE KEDRON FIELDHOUSE AND AQUATIC CENTER DIRECTIONS AND CONDITIONS The following additional directions and conditions are for the resurfacing of the interior area of the pools at the Peachtree City Kedron Fieldhouse and Aquatic Center. 1. The Contractor awarded the bid shall attend a pre-construction meeting with representatives from various City Departments. 2. The Contractor awarded the bid shall be prepared to provide samples of materials, before actual purchasing the materials, for review by City Staff. 3. The Contractor is responsible for all fees and scheduled inspections required by Safebuilt - the City s contractor for building permits. 4. The Contractor awarded the bid shall begin no earlier than March 11, 2013 and complete work no later than March 31, The Contractor shall see that all work performed and materials are completed and/or protected on a daily basis. 6. The Contractor, before leaving the site, shall, if applicable, wash and clean all exposed surfaces that have become soiled or marked. The Contractor shall remove from the site of the work all accumulated debris and surplus material of any kind that results from his/her operation. The completed project shall be turned over to the City in a neat and orderly condition. 7. All damage, as a result of work under this Contract, to existing structures not specifically mentioned herein shall be repaid by the Contractor at no cost to the City. 8. All work to be in conformance with the City requirements. 9. The Contractor shall furnish the following insurance with the City named as additional insured, that must remain in force for a period of at least one year after completion of the work: Commercial General Liability, Contractual Liability, Products/Complete Operations Liability, Owners and Contractors Protective Liability, and Personal Injury Liability Insurance - $1,000,000 Combined Single Limit Bodily Injury and Property Damage each occurrence. Comprehensive Automobile Liability Insurance - $1,000,000 Combined Single Limit Injury and Property Damage Liability each occurrence. Workers Compensation Insurance - $100,000 Bodily Injury by Accident each accident; $500,000 Bodily Injury by Disease policy limit; and $100,000 Bodily Injury by Disease each employee.

6 Federal Work Authorization Program ( O.C.G.A ) The City may not enter into a contract for the physical performance of services unless the contractor registers and participates in the federal work authorization program. Physical performance of services is defined as the building, altering, repairing, improving, or demolishing of any public structure or building or other public improvements of any kind to public property within Georgia, including the construction, reconstruction, or maintenance of all or part of a public road; or any other performance of labor for a public employer within Georgia under a contract or other bidding process. Although the Georgia law for private employers has a structured phase-in timeline in an attempt to ease private employers into compliance based upon their business size, only those companies registered with, authorized to use and currently using the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A , shall be considered. Before a bid for the physical performance of services is considered by the City, the bid must include a signed, notarized affidavit from the contractor attesting to the following: (1) The affiant has registered with, is authorized to use, and uses the federal work authorization program. (2) The user identification number and date of authorization for the affiant; (3) The affiant will continue to use the federal work authorization program throughout the contract period; and (4) The affiant will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the same information as required in numbers 1-3 above. If a contractor does not have any employees and does not intend to hire any employees, in lieu of the above affidavit the contractor may provide a coy of state-issued driver s license or identification cared to the City for each independent contractor utilized in satisfaction of part or all of the contact with the City. However, a driver s license or identification card will be acceptable if it is issued by a state that verifies lawful immigration status. The Georgia Attorney General will provide a list of states that verify lawful immigration status and post this list on its website. The City must confirm that all of the copies of driver s licenses and identification cards presented to it come from states that verify lawful immigration status. S.A.V.E. Upon award, the City will require completion of the S.A.V.E. form.

7 CITY OF PEACHTREE CITY, GEORGIA BID/TENDER FORM Owner: Bidder s Name and Address: City of Peachtree City 151 Willowbend Road Peachtree City, GA Due Date: 1. Pursuant to and in compliance with the Invitation to Bid and the proposed Contract Documents relating to the construction project known as: RESURFACING OF THE POOLS AT THE KEDRON FIELDHOUSE AND AQUATIC CENTER Including Addenda, the undersigned, having become thoroughly familiar with the terms and conditions affecting the performance and costs of the work at the place where the work is to be completed, and having fully inspected the site and all particulars, hereby proposes and agrees to fully perform the work within calendar days and in strict accordance with the Contract Documents, including furnishing any and all labor and materials, and to do all of the work in accordance with the Contract Documents for the following lump sum, hereinafter referred to as the Base Bids of: Therapeutic Pool Lap Pool $ $ Unit Costs (for the purpose of evaluating change orders) must be submitted with bid: DESCRIPTION UNIT COST 1. Skimmers (parts and labor inclusive) Each 2. Other Each 2. The undersigned has checked the above figure, and understands that the owner will not be responsible for any errors or omissions on the part of the undersigned in preparing this bid. 3. In submitting this bid, it is understood that the right is reserved by the Owner to reject any or all bids and waive all irregularities in connection herewith. 4. The undersigned declares that the person or persons signing the bid is/are fully authorized to sign on behalf of the firm listed and to fully bind the firm listed to all of the bid s conditions and provisions thereof. 5. It is agreed that no person or persons or company other than the firm listed below or as otherwise indicated has any interest whatsoever in this bid or the contract that may be entered into as a result of this bid and that in all respects the bid is legal and firm, submitted in good faith without collusion or fraud. 6. It is agreed that the undersigned has complied or will comply with all requirements of local, state, and federal laws, and that no legal requirements had been or will be violated in making or accepting this bid, in awarding the contract to him/her and/or in the prosecution of the work required. 7. The Owner will not be bound to enter into a Contract with the low bidder unless a mutually acceptable construction cost is reached. 8. The undersigned agrees to commence actual physical work on the site no earlier than October 1, 2012 with an adequate force and equipment such that all work shall be complete by October 15, 2012.

8 9. The undersigned agrees that this proposal may not be revoked or withdrawn after the time set for the opening of the bids but shall remain open for acceptance for a period of sixty (60) days following such time. 10. If written notice of the acceptance of this bid is mailed or delivered to the undersigned within sixty (60) days after the date set for the opening of this bid, or any other time thereafter before it is withdrawn, the undersigned will execute and deliver to the Owner proof of insurance coverage, all within ten (10) days after personal delivery or after deposit in the mails of the Notice of Award of this bid. 11. The undersigned aggress to provide a thirty-six (36) month warranty on all materials and labor. 12. The names of all persons interested in the foregoing bid as principals are listed below: (IMPORTANT NOTICE: If a bidder is a corporation, give legal name of the corporation, state where incorporated, and the name of its president and secretary. If a partnership, give the name of the firm and the names of all individual co-partners composing the firm. If the bidder is an individual, give first and last name in full.) 12. Addendum Receipt: The receipt of the following addendum to the specifications is acknowledged. Addendum No. dated Addendum No. dated Date of Bid: Firm Name: Business Address: (No post office boxes) Submitted By: (Signature in blue ink) (Printed name) Telephone Number: Fax Number: Address: NOTE: Bidders should not add any conditions or qualifying statements to this bid or otherwise the bid may be declared irregular as being not responsive.

9 CITY OF PEACHTREE CITY QUESTIONNAIRE SHEET The undersigned guarantees the truth and accuracy of all statements and answers herein contained. 1. How many years has your organization been in business resurfacing pools? 2. What is the last project of this nature that you have completed? Give project name and describe the scope of the project, contact person, address and telephone number. 3. Have you ever failed to complete work awarded to you: if so, where and why? 4. The following are named as corporations or individuals for which you have performed work in the last three (3) years: (Give company name, contact person, address, telephone number and the project name). Must give at least six (6) references. (use additional pages as needed) 5. Have you personally inspected the proposed work and have you a complete plan for its performance? 6. Will you sublet any part of this work? If so, specify all possible contractors, giving business name, phone, contact and type of work: (continued)

10 (use additional pages as needed) 7. State the true, exact, correct and complete name of the partnership, corporation, or trade name under which you do business, and the address of the place of business. (If a corporation, state the name of the President and Secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name.) It is absolutely necessary that this information be furnished. Correct Name of Bidder (a) (b) The business is a (Proprietorship) (Partnership) (Corporation). The address of principal place of business is: (c) The telephone number and facsimile number are: (d) The names of the corporate officers, or partners, or individuals doing business under a trade name are as follows: Name Name Name Title Title Title Bidder (e) The name(s) of the agent of the corporation registered with the Secretary of State and address: Name Title Address END OF SECTION

11 SECTION CITY OF PEACHTREE CITY CONTRACT THIS CONTRACT, made and entered into this day of, 20, by and between PEACHTREE CITY, GEORGIA, a political subdivision of the State of Georgia, party of the first part, (hereinafter referred to as the "CITY"), and party of the second part (hereinafter sometimes called "CONTRACTOR"); WITNESSETH; That the parties hereto, for and in consideration of the covenants and agreements hereinafter set forth, mutually agree as follows, to wit: 1. That the CONTRACTOR shall furnish all labor, materials and equipment and perform all work in the manner and form provided by the Contract Documents covering the Project of the CITY known and identified as for the aggregate amount reflected by the Bid, said aggregate amount being Dollars and Cents ($ ). 2. That the CONTRACTOR shall begin the work to be performed under this Contract on March 18, 2013 and shall fully complete all work hereunder no later than March 30, That the CITY shall pay the CONTRACTOR for the faithful performance of this Contract, in lawful money of the United States, and subject to additions and deductions as provided in the Contract Documents, the total amount of his bid as set forth above at the times and in a manner stated in the General Conditions of the Contract Documents. 4. It is further mutually agreed that if at any time after the execution of this Contract the Performance Bond and Payment Bond, the CITY shall deem the surety upon such bonds to be unsatisfactory, or if for any reason such bond shall become inadequate to cover the performance of the work, the CONTRACTOR shall at his own expense, within five (5) calendar days after the receipt of notice from the CITY to do so, furnish an additional bond or bonds in such form and amount and with such surety or sureties as shall be satisfactory to the CITY. In such event, no further payment to the CONTRACTOR shall be deemed to be due under this Contract until such new or additional security shall have been furnished in a manner and form satisfactory to the CITY. 5. The "Contract Documents" are hereby defined as the Questionnaire, the Advertisement for Bids, the Instructions to Bidders, the Bid, the Bid Bond (or certified check), the Contract, the Performance Bond, the Payment Bond, the General Conditions, Special Conditions, the Specifications, the Plans, and any Addenda which may be issued. The terms and conditions of said Contract Documents are incorporated herein by reference and made a part hereof as though fully set forth herein. The Contract Documents are complementary, so that a recital in one is tantamount to a recital in all, and the CONTRACTOR specifically acknowledges that he has read and understands all of said Contract Documents. 6. The various indemnities of the CONTRACTOR contained in the Contract Documents indemnifying the CITY from liability for damages to persons or property caused by acts, omissions, or defaults in the performance of the Contract Documents shall have a monetary limitation of the larger of the following $1,000, or the entire amount of the Contract. IN WITNESS WHEREOF, the parties hereto have executed this Contract in three counterparts, each of which shall be deemed an original contract all as of the day and year first hereinbefore written.*

12 CITY OF PEACHTREE CITY: Signature Date Printed Name and Title (City Manager or Mayor) (SEAL) ATTEST: CONTRACTOR: Signature Date Printed Name and Title (Principal) (SEAL) ATTEST: Tax ID Number: *In the event that the Contractor is a corporation, there shall be attached to each counterpart a certified copy of a resolution of the Board of Directors of the corporation authorizing the officer who signs the Contract, Performance Bond and Payment Bond to do so in its behalf. END OF SECTION

13 SECTION CITY OF PEACHTREE CITY NOTICE TO PROCEED DATE: TO: PROJECT: DEAR : You are hereby notified to commence work in accordance with the Contract Agreement dated, on March 18, 2013, and you are to complete the work within ten (10) consecutive calendar days thereafter. The date of completion of all work is therefore March 30, Cajen Rhodes, Project Manager Angela Egan, Purchasing Agent ATTEST: City Clerk ACCEPTANCE OF NOTICE: Receipt of the above NOTICE TO PROCEED is hereby acknowledged, by (Signature) this the day of, 20 Name (Typed or Printed) Title END OF SECTION

14 SECTION CITY OF PEACHTREE CITY INSTRUCTIONS TO BIDDER The following instructions are given for the purpose of guiding bidders in properly preparing their bids or proposals. These directions have force and weight with the specifications and strict compliance is required with all the provisions herein contained. QUALIFICATIONS OF BIDDERS: No bid will be accepted from, nor will any contract be awarded to, any person or firm who is in arrears to the City of Peachtree City, upon any debt or contract, or who is a defaulter, as surety or otherwise, upon any obligation to said City or who is deemed irresponsible or unreliable by the City Council of Peachtree City. PERSONAL INVESTIGATION: Bidders shall satisfy themselves by personal investigation, and by such other means as they may think necessary or desirable, as to the conditions affecting the proposed work and the cost thereof. No information derived from maps, plans, specifications or from the Project Manager, or City employees shall relieve the contractor from any risk or from fulfilling all terms of the contract. INCONSISTENCIES: Any seeming inconsistency between different provisions of the plans, specifications, proposals or contract or any point requiring explanation must be inquired into by the bidder, in writing, by the close of business, five business days prior to the submission of bids. After bids are opened, the bidders shall abide by the decision of Project Manager as to such interpretation. FORM OF BIDS: Each bid and its accompanying statements must be made on the blanks provided therefore and found herewith. The forms must be submitted in good order and with all the blanks filled in. The forms must be enclosed in a sealed envelope when submitted to the Purchasing Agent, City of Peachtree City, Georgia, and must show the name of the bidder and a statement as to its contents. The bid must be signed by one duly authorized to do so, and in case signed by the deputy or subordinate, the principal's properly written authority to such deputy or subordinate must accompany the bid. No bid will be accepted, for any reason whatsoever, which is not submitted to the Purchasing Agent as stated above, within the specified time. FILLING IN BIDS: All prices must be written in the bid and also stated in figures, and all bids must fully cover all items for which bids are herein asked and no other. Bidders are required to state the names and places of residence of all persons interested herein, and if no other person is interested, the bidder shall distinctly state such fact and shall state that the bid is in all respects fair and without collusion or fraud. Where more than one person is interested, it is required that all persons so interested or their legal representative make all verification and subscribe to the bid. CAUSES FOR REJECTION: No bid will be canvassed, considered or accepted which in the opinion of the Project Manager is informal or unbalanced, or contains inadequate or unreasonable prices for any items each item must carry its own proportion of the cost as nearly as is practicable. Any alteration, erasure, interlineation, or failure to contain bids for all items called for in the schedule shall render the bid voidable. REJECTION OF BIDS: The City reserves the right to reject any bid, if the evidence submitted by the bidder, or if the investigation of such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations and to complete the work contemplated therein. Any or all bids will be rejected, if there is reason to believe that collusion exists among bidders. Bids will be considered irregular and may be rejected, if they show serious omissions, alterations in form, additions not called for, conditions or unauthorized alternates, or irregularities of any kind. The City reserves the right to reject any or all bids and to waive any and all irregularities as may be deemed best for the interests of the City. WITHDRAWALS: Any bidder may, without prejudice to himself, withdraw his bid at any time prior to the expiration of the time during which bids may be submitted. Such request for withdrawal must be in writing and signed in the same manner and by the same person who signed the bid. After expiration of the period of receiving bids, no bid can be withdrawn, modified, or explained.

15 CONTRACT: The bidder to whom the award is made shall execute a written contract to do the work and maintain the same in good repair until final acceptance by the proper authorities, and shall furnish good and sufficient bonds as hereinafter specified, within ten (10) calendar days after receiving such contract for execution. If the bidder to whom the first award is made fails to enter into a contract as herein provide, the award may be annulled and the contract let to the next higher bidder who is reliable, and responsible in the opinion of the City Council. Such bidder shall fulfill every stipulation embraced herein as if he were the original party to whom award was made. A corporation to which a contract is awarded will be required to furnish a certificate as to its corporate existence and evidence that the officer signing the contract is authorized to do so on the behalf of the corporation. The contract shall provide that the Contractor agrees to correct any defective or faulty work or material, which may appear within one (1) year after the completion of the work and receipt of the final payment. ENFORCEMENT OF SPECIFICATIONS: Copies of the specifications will be placed in the hands of all the assistants to the Project Manager and Inspectors employed on the work, who shall enforce each and every requirement of the contract. Such assistants shall have no authority to vary from such requirements. COPIES OF PLANS AND SPECIFICATIONS: Copies of the specifications, details, contract and bonds are on file in the office of the Purchasing Agent of Peachtree City, and may be examined by the bidder. GENERAL: Bidders shall completely fill out the bid, the questionnaire and the affidavit herein contained. Bidders are invited to be present at the time of opening of bids. The City Council of the City of Peachtree City reserves the right to reject any of all bids or any part of any bid. SCOPE OF WORK: The work included in this project consists of furnishing all labor, materials, equipment, services and incidentals necessary for the completion of the project described in the Specifications for the City of Peachtree City. INSURANCE: The bidder's attention is directed to the insurance requirements set out in the Contract, herein. The Contractor will be required to furnish a certificate of insurance to the City prior to execution of the contract by the City. BASIS OF PAYMENT: Payment shall be made on the basis of hourly price given in the bid. Hourly prices will be applied to the actual hours worked, as specified, in order to determine payment. Payment terms are net 30. ACCEPTANCE PERIOD: The bidder shall hold his bid good for acceptance by the City for a period not less than sixty (60) calendar days following the date of the bid opening. METHOD OF AWARD: Award of the contract, if made at all, will be based on the lowest, best, responsible or responsive bid from a qualified contractor. BASIS FOR BID AND CONTRACT: The price basis for bids and for the contract shall be the unit cost as bid. No additional amount shall be paid by the City unless it is extra work approved and authorized by change order as described in the General Conditions. SPECIAL CONDITIONS: In general, when requirements included in the Special Conditions are also included in the General and/or Supplemental General Conditions, the more stringent conditions shall govern. END OF SECTION 00200

16 Revised CONTRACTOR AFFIDAVIT UNDER O.C.G.A (b) (1) By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A , stating affirmatively that the individual, firm, or corporation ( Contractor ) which is engaged in the physical performance of services on behalf of the City of Peachtree City has registered with, is authorized to use and uses federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the contract period and the undersigned contractor will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A (b). Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number Date of Authorization Company Name / Contractor Name Name of Project I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on, 20 in (City) (State) BY: Signature of Authorized Officer or Agent Printed Name and Title of Authorized Officer or Agent of Contractor SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF, 20 Notary Public My Commission Expires:

17 SUBCONTRACTOR AFFIDAVIT UNDER O.C.G.A (b) (3) By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A , stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with (name of Contractor) on behalf of the City of Peachtree City has registered with, is authorized to use and uses federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A Furthermore, the undersigned subcontractor will continue to use the federal work authorization program throughout the contract period and the undersigned subcontractor will contract for the physical performance of services in satisfaction of such contract only with sub-subcontractors who present an affidavit to the sub-contractor with the information required by O.C.G.A (b). Additionally, the undersigned subcontractor will forward notice of the receipt of an affidavit from a sub-subcontractor to the contractor within five business days of receipt. If the undersigned subcontractor receives notice of receipt of an affidavit from any sub-subcontractor that has contracted with a sub-subcontractor to forward, within five business days of receipt, a copy of such notice to the contractor. Subcontractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number Date of Authorization Company Name / Subcontractor Name Name of Project I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on, 20 in (City) (State) BY: Signature of Authorized Officer or Agent Printed Name and Title of Authorized Officer or Agent of Contractor SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF, 20 Notary Public My Commission Expires:

18 , REQUIRED AFTER AWARD 2013 Calendar Year Affidavit Verifying Status for City Public Benefit Application By executing this affidavit under oath, as an applicant for a City of Peachtree City, Georgia Business License or Occupational Tax Certificate, Alcohol License, Taxi Permit, or other public benefit as referenced in O.C.G.A. Section , I am stating the following with respect to my application for a City of Peachtree City public benefit. I am stating the following for, (The name of person applying on behalf of business, corporation, partnership, or other private entity) As a representative of. (The name of the business, corporation, partnership, or other private entity) 1) I am a United States citizen 2) I am a legal permanent resident of the United States 18 years of age or older, please include Alien Registration Number below signature * 3) I am a qualified alien or non-immigrant under the Federal Immigration and Nationality Act 18 years of age or older and lawfully present in the United States * * O.C.G.A (e)(2) requires that aliens under the Federal Immigration and Nationality Act, Title 8 U.S.C., as amended, provide their alien registration number. Because legal permanent residents are included in the federal definition of alien, legal permanent residents must also provide their alien registration number. Qualified aliens that do not have an alien registration number may supply another identifying number below: *FORM OF ID/DOCUMENT SOURCE MUST BE COPIED & ATTACHED TO THIS FORM. FORM OF ID MUST BE PRESENTED EITHER IN PERSON OR ELECTRONICALLY- ( OR FAX) NO MAIL IN COPIES WILL BE ACCEPTED PER FEDERAL GUIDELINES. In making the above statement under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of OCGA Section This is an annual requirement. Please supply/verify address(es) and additional information: ***** MUST COMPLETE THIS SECTION ***** for order placement: for this form if different from above: Phone number: Physical address: MUST COMPLETE THIS SECTION (above and to the right) NOTARIZATION REQUIRED: Signature of Applicant Date of Birth of Applicant SUBSCRIBED AND SWORN BEFORE ME, ON THIS THE DAY OF, 20. Printed Name *Alien Registration number for non-citizens Return to purchasing@peachtree-city.org or fax # Federal guidelines prohibit the mailing of id/documents. Revised November 2012 Date Notary Public My Commission Expires:

19 CITY OF PEACHTREE CITY 151 WILLOWBEND ROAD PEACHTREE CITY, GEORGIA CHANGE ORDER# NEW PURCHASE ORDER # DATE PROJECT KNOWN AS: TO: (CONTRACTOR) In accordance with the terms of your contract with the City of Peachtree City, you are hereby directed to comply with the change of plans and/or specifications described herein. The contract price is hereby increased/decreased/no change by $ because of such change. The total adjusted contract price to date thereby is $. The time provided for contract completion in the contract is /unchanged. This document shall become an amendment to the contract and all provision of the contract shall apply hereto. Description of Change: (Be very specific.) The above-described change in plans and/or specifications is necessary for the following reasons: (Be very specific.) Accepted by Contractor By: Title: APPROVED: $ ORIGINAL CONTRACT AMOUNT $ TOTAL PREVIOUS CONTRACT CHANGES $ TOTAL BEFORE THIS CHANGE ORDER $ AMOUNT OF THIS ORDER $ REVISED CONTRACT AMOUNT Project Manager Division Director/Chief Purchasing Agent Finance Director City Manager PUR - 4/2008

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 July 13, 2012 Ladies and Gentlemen: The City of Peachtree City will be accepting

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

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

CITY OF PEACHTREE CITY FENCE at KEDRON AQUATIC CENTER

CITY OF PEACHTREE CITY FENCE at KEDRON AQUATIC CENTER PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org CITY OF PEACHTREE CITY FENCE at KEDRON AQUATIC CENTER ADDENDUM #3 Please

More information

ADDENDUM #2. The following questions, concerns or request for clarification have been raised.

ADDENDUM #2. The following questions, concerns or request for clarification have been raised. PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org CITY OF PEACHTREE CITY RFP # 13-124PAS FIRE & POLICE (PUBLIC SAFETY) ORGANIZATIONAL

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

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

PICNIC PARK PLAYGROUND RESURFACING BID ADDENDUM #1

PICNIC PARK PLAYGROUND RESURFACING BID ADDENDUM #1 PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org PICNIC PARK PLAYGROUND RESURFACING BID ADDENDUM #1 The following questions

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

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

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

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

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

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

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL FINANCE DEPARTMENT I N V I T A T I O N T O B I D GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent BID #33-16 RECONSTRUCTION OF RETAINING

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

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

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

REQUEST FOR QUOTATION For CHAIRS FOR THE CHATHAM COUNTY E911 CALL CENTER QUOTE NUMBER:

REQUEST FOR QUOTATION For CHAIRS FOR THE CHATHAM COUNTY E911 CALL CENTER QUOTE NUMBER: REQUEST FOR QUOTATION For CHAIRS FOR THE CHATHAM COUNTY E911 CALL CENTER QUOTE NUMBER: 18-0094-5 The Number Must Appear On All Quotations and Related Correspondence. Quotation must be received NO LATER

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION SPECIFICATIONS FOR DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST.THOMAS, UNITED STATES VIRGIN ISLANDS JUNE 2016 VIRGIN ISLANDS PORT AUTHORITY

More information

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

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

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

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

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS Date Issued: August 11, 2015 Bid Number: LCRA-75 The City of Sikeston Land Clearance for Redevelopment Authority (LCRA) is soliciting sealed bids for

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

More information

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust

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

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040 INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

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

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

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

REQUEST FOR QUOTATION For MOTORS FOR CHATHAM COUNTY MARINE PATROL QUOTE NUMBER:

REQUEST FOR QUOTATION For MOTORS FOR CHATHAM COUNTY MARINE PATROL QUOTE NUMBER: REQUEST FOR QUOTATION For MOTORS FOR CHATHAM COUNTY MARINE PATROL QUOTE NUMBER: 18-0093-5 The Number Must Appear On All Quotations and Related Correspondence. Quotation must be received NO LATER THAN:

More information

INVITATION TO BID-R Frieda Zamba Pool Renovations

INVITATION TO BID-R Frieda Zamba Pool Renovations INVITATION TO BID-R-06-01 Frieda Zamba Pool Renovations Purpose: The City of Palm Coast is requesting bids from general contractors for the renovations of the Frieda Zamba Pool. The outdoor, unsheltered

More information

If you should have any questions about the process for obtaining your 2016 Occupational License please contact the City Hall:

If you should have any questions about the process for obtaining your 2016 Occupational License please contact the City Hall: Dear Home Occupation Owner: Attached is the application for a Home Occupation Tax Certificate. All Home Occupation Tax Certificates must be approved by City Council. Please note that the application must

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

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

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

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

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

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

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

Proposal/Immigration Act Sheet

Proposal/Immigration Act Sheet Proposal/Immigration Act Sheet PROPOSAL FORM Recreation Pool Renovations Project Place: Crisp County Leisure Opportunities 1205 N. 5 th Street Extension Cordele, Georgia 31015 Date: Proposal of (Hereinafter

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

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

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019 Bidders Name: Address: City and State: Phone: Fax: E-Mail: TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ 08085 SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR

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

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

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

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

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

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

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

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

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO. 018-017 NOTICE The Liberty Public School District #53 (District) will accept proposals for video interviewing software as described in the attached

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

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

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO ADVERTISEMENT FOR BIDS Water Plant Backup Generators City of Kearney, MO Sealed bids will be received at Kearney City Hall, 100 East Washington, Kearney, MO 64060, on or before 2:00 PM, Friday, December

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 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

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

Project Manual. For. Peachtree City LMIG Paving Projects for 2017 Project Manual For Peachtree City LMIG Paving Projects for 2017 SECTION 00 01 10 TABLE OF CONTENTS 00 11 13 Invitation for Bids 00 21 13 Instructions to Bidders 00 22 13 Supplementary Instructions to Bidders

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 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

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

Project Manual. For Glenloch Splash Pad And Pool Renovations

Project Manual. For Glenloch Splash Pad And Pool Renovations Project Manual For Glenloch Splash Pad And Pool Renovations SECTION 00 01 10 TABLE OF CONTENTS 00 11 13 Invitation for Bids 00 21 13 Instructions to Bidders 00 22 13 Supplementary Instructions to Bidders

More information

Convert Six East/West Tennis Courts to a North/South Orientation

Convert Six East/West Tennis Courts to a North/South Orientation Convert Six East/West Tennis Courts to a North/South Orientation Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org

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

ADDENDUM #5 NIB #

ADDENDUM #5 NIB # HVAC Replacement Project at the District Office Construction Services ADDENDUM #5 THIS ADDENDUM INCLUDES: Due to delay at DSA, the project time line is revised as follows: 1) NIB TIME LINE revised: Replace

More information

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207) Page 1 of 9 Bid #10-18 Sealed bids for purchase of a replacement Sound System for the South Portland High School Auditorium, for the City of South Portland, Maine, as specified below, in the Specifications

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

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

M E M O R A N D U M. March 13, 2019

M E M O R A N D U M. March 13, 2019 M E M O R A N D U M March 13, 2019 TO: FROM: RE: All Qualified Contractors Nicole Davis Redevelopment Authority of the City of York Repairs to Side Wall of 314 South George Street, York, PA. There will

More information

Ware County Recreation Department 2110 Cecil Brown Drive Waycross, GA Ph: Fax:

Ware County Recreation Department 2110 Cecil Brown Drive Waycross, GA Ph: Fax: Ware County Recreation Department 2110 Cecil Brown Drive Waycross, GA 31503 Ph: 912-287-4488 Fax: 912-287-4485 INVITATION TO BID YOUTH SPORTS PHOTOGRAPHY SERVICES Sealed Bids will be received by the Ware

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

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

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

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

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

PROPOSAL REQUIREMENTS AND CONDITIONS

PROPOSAL REQUIREMENTS AND CONDITIONS 1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

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

Request for Proposal Internet Access

Request for Proposal Internet Access Philadelphia/Neshoba County Public Library Request for Proposal Internet Erate Funding Year July 1, 2015 through June 30, 2016 REQUEST FOR PROPOSAL Internet Philadelphia/Neshoba County Public Library January

More information

Charlotte-Mecklenburg Schools. Request for Qualifications

Charlotte-Mecklenburg Schools. Request for Qualifications Charlotte-Mecklenburg Schools Request for Qualifications Move Management Services December 2, 2018 Table of Contents Section 1 - ADVERTISEMENT...3 Section 2 INTRODUCTION/OVERVIEW/GENERAL INFORMATION...4

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 REPLACEMENT OF INTERIOR AND EXTERIOR DOORS AT KORTE ELEMENTARY SCHOOL RFP# 2019-PUR-006 PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP #2019-PUR-006

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

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

Township of Lumberton

Township of Lumberton Township of Lumberton BID SPECIFICATION MUNICIPAL IRRIGATION SYSTEM MANAGEMENT PROGRAM Due February 23, 2017 at 2pm Grounds Management Bid Specification, - 1 - MUNICIPAL IRRIGATION SYSTEM MANAGEMENT PROGRAM

More information

Advertisement Town of Wytheville Request for Bids for Swimming Pool Re-plaster

Advertisement Town of Wytheville Request for Bids for Swimming Pool Re-plaster Advertisement Town of Wytheville Request for Bids for Swimming Pool Re-plaster The Town of Wytheville is soliciting bids for swimming pool contractors for the replastering of the main pool, water park

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

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

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL REQUISITION & PROPOSAL DATE 9-19-18 DEPARTMENT TO: Prospective Bidders Please procure the following and DELIVER TO: P.O. BOX 1588 MOBILE, ALABAMA 36633 ATTN: D.W. Lynd NAMES OF ARTICLES, SPECIFICATIONS

More information

Town of Madison, Board of Education, Connecticut. Request for Bids. For: Turf Maintenance Program Madison Board of Education Sports Fields

Town of Madison, Board of Education, Connecticut. Request for Bids. For: Turf Maintenance Program Madison Board of Education Sports Fields Town of Madison, Board of Education, Connecticut Request for Bids For: Turf Maintenance Program Madison Board of Education Sports Fields at 284 Green Hill Road, Madison, CT 06443 February 18, 2016 TABLE

More information

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS Sealed

More information

BID REQUIREMENTS INVITATION TO BID #C19-14

BID REQUIREMENTS INVITATION TO BID #C19-14 BID REQUIREMENTS INVITATION TO BID #C19-14 The Board of Public Education for the City of Savannah and the County of Chatham, the body corporate responsible for public education in the city of Savannah

More information

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For HSP Station Building Roof Replacement NANCY RIDLEY City Manager JOHN ZANG Director Division of Public Works MALCOLM FOX Water Department Supervisor

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information