CITY OF PARKLAND INVITATION TO BID CITYWIDE LANDSCAPING SERVICES

Size: px
Start display at page:

Download "CITY OF PARKLAND INVITATION TO BID CITYWIDE LANDSCAPING SERVICES"

Transcription

1 CITY OF PARKLAND INVITATION TO BID CITYWIDE LANDSCAPING SERVICES RESPONSES ARE DUE BY 2:00 PM WEDNESDAY NOVEMBER 22, 2017 City of Parkland, City Hall City Clerk s Office 6600 University Drive Parkland, Florida (954)

2 City of Parkland 6600 University Drive, Parkland, FL (954) INVITATION TO BID Citywide Landscaping Services CONTACT INFORMATION: Ryan Spradlin Public Works, City of Parkland 6500 Parkside Drive Parkland, FL P: (954) ITB No ISSUED DATE: October 29, 2017 RESPONSE DUE DATE: November 22, 2017 at 2:00 P.M. (EST) DEADLINE FOR WRITTEN QUESTIONS: November 17, 2017 SOLICITATION RESPONSE: Sealed responses will be received until the response due date specified above or as otherwise amended. No late responses will be accepted. Responses must be delivered to: City of Parkland, City Clerk s Office, 6600 University Drive, Parkland, Florida OFFER PERIOD: All responses shall remain firm for a period of Ninety (90) calendar days from the response due date specified above or as otherwise amended. X X SECTION 1 Introduction and Information SECTION 4 Special Conditions X X SECTION 2 Standard Terms and General Conditions SECTION 5 Specifications and Proposal Requirements X SECTION 3 Consideration of Award X Pricing Page Drug Free Workplace X Bid Bond X Non-Collusive Affidavit X Form Public Entity Crime Acknowledgement of X X Bidder Information X Statement Business Type Background Check X References X Qualification Statement X Affidavit COMPANY NAME: MAILING ADDRESS: PHONE: NAME OF AUTHORIZED REPRESENTATIVE: 2

3 The City of Parkland is requesting sealed bids for the grounds and landscape maintenance services at various City facilities, parks, medians, swales and other public right-of-ways according to the exhibits and specifications attached hereto. Sealed bids will be received at the City of Parkland City Hall 6600 University Drive, Parkland, Florida, 33067, until Wednesday, November 22, :00 PM local time, at which time they will be publicly opened and read. All Bidders or their representatives are invited to be present. Bids shall be delivered and addressed to, City of Parkland, Attn: City s Clerk s Office, 6600 University Drive, Parkland, Florida and shall be labeled SEALED BID FOR Citywide Landscaping Services-ITB Any bidder who wishes his bid to be considered is responsible for making certain that his bid is received in the City by the proper time. No oral, telegraphic, electronic, facsimile, or telephonic bids or modifications will be considered unless specified. Bids received after the scheduled Bid Submittal Deadline will be returned unopened. It is the responsibility of the Bidder to see that any Bid submitted shall have sufficient time to be received by the City before the Bid Submittal Deadline. Late Bids will be returned to the Proposer unopened. Bidder must submit one (1) identified original, one (1) electronic, and one (1) copy of the bid including any attachments. The bid shall be signed by a representative who is authorized to contractually bind the Bidder. [X] MANDATORY PRE-PROPOSAL CONFERENCE A mandatory pre-proposal conference is scheduled for November 7th, :00 AM, at 6500 Parkside Drive, Parkland, FL All Bidders planning to submit a bid are required to attend this meeting. Bidders should allow sufficient time to insure arrival prior to the indicated time. Bids from those who have failed to attend the mandatory pre-bid conference will not be opened. [ ] VOLUNTARY PRE-PROPOSAL CONFERENCE A voluntary pre-proposal conference is scheduled for, at the Parkland, FL. Attendance at the pre-proposal conference is encouraged. This information session presents an opportunity for the Proposers to clarify any concerns regarding the proposal requirements and visit the site location. Although the preproposal conference is optional, no modification or any changes will be allowed because of the failure of the Proposer to have visited the site or attend the conference or carefully review all available information. [ ] NO PRE-PROPOSAL CONFERENCE IS SCHEDULED 3

4 SCHEDULE OF EVENTS The schedule of events, relative to the bid shall be as follows: Event Date (on or by) Advertisement of bid 10/29/2017 Mandatory Pre-Bid Meeting 10:00 A.M. Last day for questions/clarification 11/13/2017 Last day for addendum to be posted 11/17/2017 Opening of Bid 2:00 P.M. Notice of Award 12/06/2017 Notice to Proceed 12/11/2017 Note: All dates/times are subject to change at the City s discretion 4

5 SECTION 1 - INTRODUCTION AND INFORMATION The City of Parkland, Florida (the CITY) seeks to engage the services of a qualified firm for the grounds and landscape maintenance services at various City facilities, parks, medians, swales and other public right-of-ways in accordance to the exhibits and specifications attached hereto. The work consists of furnishing all labor, materials, equipment, tools, permitting, service, transportation, and supervision necessary to properly complete the work in a safe, effective and efficient manner. It is the intention of the CITY to award the bid to the lowest responsible and responsive bidder whose bid meets the requirements and criteria set forth in the Invitation to Bid (ITB). 1.0 INFORMATION/CLARIFICATION: For information concerning this ITB contact Ryan Spradlin (Operations Manager) at (954) Such contact is to be for clarification purposes only. Changes, if any, to the technical specifications or bid procedures will only be transmitted by written addendum acknowledged by Bidder ADDENDA, CHANGES OR INTERPRETATIONS DURING PROPOSAL: Any inquiry or request for interpretation received seven (7) or more days prior to the date fixed for the opening of the bids will be given consideration. Changes or interpretations may only be made by a written document in the form of an addendum and, if desired, will be mailed or sent by available means to all known prospective Bidders no later than four (4) days prior to the established proposal opening date. Each prospective Bidder shall acknowledge receipt of such addenda in the space provided in the proposal form. In case any Bidder fails to acknowledge receipt of such addenda or addendum, his/her proposal will nevertheless be considered as though it had been received and acknowledged and the submission of his proposal will constitute acknowledgment of the receipt of same. All addenda are a part of the contract documents and each Bidder will be bound by such addenda, whether or not received by him/her. It is the responsibility of each prospective Bidder to verify that he/she has received all addenda issued before Bids are opened. No verbal interpretations may be relied upon. 1.1 QUESTIONS: Questions should be sent to Ryan Spradlin, Operations Manager at: rspradlin@cityofparkland.org with a copy to Bill Evans, Public Works Director via at: bevans@cityofparkland.org. To facilitate prompt receipt of questions they can be sent to the CITY via FAX at (954) to the attention of: Ryan Spradlin 5

6 1.2 INITIAL CONTRACT PERIOD AND CONTRACT RENEWAL: The term of this Agreement shall be for a one (1) year period commencing on the date that service commences provided that the Agreement has been executed by both parties prior to such date. Services shall commence on December 11, 2017, however the City, at its sole discretion, reserves the right to modify the aforementioned commencement date should it deem necessary. City shall not be responsible for any costs associated with such modifications. The City reserves the right to renew the terms of this Agreement for two (2) additional years in one (1) year increments pending a mutual agreement between the City and the Contractor and a review of Contractor s performance for the previous one year period. Such review shall be done with a written notice to Contractor by City. 1.3 ELIGIBILITY: To be eligible to respond to this ITB, the proposing contractor or firm must demonstrate that they, or the principals assigned to the project, have successfully provided services of similar magnitude to those specified in the Scope of Services section of this ITB to at least one CITY similar in size and complexity to the City of Parkland or can demonstrate they have the experience with large scale private sector clients and the managerial and financial ability to successfully perform the services. 1.4 BID SECURITY: Each proposal shall be accompanied by bid security in the form of Cashier s Check/Certified Check or Surety Bond payable to the City of Parkland, and shall be in the amount equal to five percent (5 %) of the total bid price. The Bonding must be executed by a surety company authorized to do business in the State of Florida or secured in a manner satisfactory to the City of Parkland. The CITY reserves the right to reject any and all security tendered to the CITY. Upon award of a Contract, Contractor shall furnish a Performance Bond in an amount of the contractor s obligations under the contract documents. The Performance Bond shall remain in full force and effect for the entire Contract term and any extensions thereof. Bid security will be returned to Bidders upon execution of a Contract, receipt of required Performance bonds and receipt of appropriate insurance coverage with the successful Bidder. 1.5 INSURANCE AND PERFORMANCE AND PAYMENT BONDS: Failure of the successful Bidder to execute a Contract, file any required Performance and Payment Bonds, and furnish evidence of appropriate insurance coverages (including evidence of workers compensation coverage if required by this ITB) within thirty (30) days after written notice of award has been given, shall be just cause for the annulment of the award and the forfeiture of the ITB security to the CITY, which forfeiture shall be considered, not as a penalty, but as liquidation of damages sustained. 1.6 INSURANCE: The successful bidder shall not commence operations; construction and/or installation pursuant to the terms of this ITB and the attached Contract, until certification or proof of the insurance requirements set forth within the attached 6

7 contract have been received and approved by the CITY. Any questions as to the intent of meaning of any part of the insurance requirements set out in the attached contract should be directed to the CITY. 7

8 SECTION 2 - STANDARD TERMS AND GENERAL CONDITIONS 2.1 SUBMISSION AND RECEIPT OF BIDS: To receive consideration, bids shall be submitted in accordance with this ITB. Any erasures or corrections on the bid must be made in ink and initialed by Bidder in ink. All information submitted by the Bidder shall be printed, typewritten or filled in with pen and ink. Bids shall be signed in ink. Separate bids must be submitted for each ITB issued by the CITY in separate sealed envelopes properly marked. When a particular ITB requires multiple copies they may be included in a single envelope or package, properly sealed and identified. Bidders shall use the bid forms provided by the CITY. These forms may be duplicated, but failure to use the forms may cause the bid to be rejected as non-responsive All copies of the bids must contain an original manual signature of the authorized representative of the Bidder. Bids should contain an acknowledgment of receipt of all Addenda. The address, and telephone number for communications regarding the Bid must be shown Bids by corporations must be executed in the corporate name by the President or other corporate officer accompanied by evidence of authority to sign. The corporate address and state of incorporation must be shown below the signature Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signatures All Bids received from Bidders in response to the Invitation to Bid will become the property of the City of Parkland and will not be returned to the Bidder. In the event of Contract award, all documentation produced as part of the Contract shall become the exclusive property of the CITY. 2.2 QUALIFICATIONS STATEMENT (Applicable if box checked): Each Bidder shall complete the Qualifications Statement and submit the same with his Bid. Failure to submit the Qualifications Statement and the documents required there under with the bid may constitute grounds for rejection of the Bid. [ X ] The City of Parkland reserves the right to make a pre-award inspection of the Bidder s facilities and equipment prior to award of the Contract. 2.3 BIDDER S COSTS: The CITY shall not be liable for any costs incurred by Bidder in responding to this ITB. 8

9 2.4 BID ACCEPTANCE: Bidder warrants by virtue of submitting his/her Bid that his Bid and the prices quoted in his Bid will be firm for acceptance by the CITY for a period of 90 days from the date of ITB opening unless otherwise stated in the ITB. 2.5 NO EXCLUSIVE CONTRACT/ADDITIONAL SERVICES: Bidder agrees and understands that, unless specifically and expressly provided for herein, the Contract shall not be construed as an exclusive arrangement and further agrees that the CITY may, at any time, secure similar or identical services at its sole option. 2.6 MISTAKES: Bidders are cautioned to examine all terms, conditions, specifications, drawings, exhibits, addenda, delivery instructions, and special conditions pertaining to the ITB. Failure of the Bidder to examine all pertinent documents shall not entitle him to any relief from the conditions imposed in the contract and may lead to rejection of a bid. 2.7 REJECTION OF BIDS: The CITY reserves the right to accept or reject any or all bids, part of bid, and to waive minor irregularities or variations to specifications contained in bid, and minor irregularities in the bid process. 2.8 RESOLUTION OF PROTESTED SOLICITATIONS AND BID AWARDS: All bid protests shall be filed and processed as set forth in Section of the City Code. 2.9 LEGAL REQUIREMENTS: Applicable provisions of all federal, state, and county laws, and local ordinances, rules and regulations, shall govern development, submittal and evaluation of all bids received in response hereto and shall govern any and all claims and disputes which may arise between person(s) attaching a bid response hereto and the CITY by and through its officers, employees and authorized representatives, or any other person, natural or otherwise. Lack of knowledge by any bidder shall not constitute a cognizable defense against the legal effect thereof The Legal Advertisement, Notice of Invitation to Bid, Standard Terms and General Conditions, Special Conditions, Specifications, Instructions to Bidders, Exhibits, Addenda and any other pertinent document form a part of this ITB and by reference are made a part of any response to this ITB Pursuant to Section (1) Florida Statutes, it is unlawful for a bidder or proposer to knowingly and intentionally influence or attempt to influence any competitive solicitation of the City of Parkland. 9

10 2.10 BACKGROUND CHECKS: The City reserves the right to require background checks of any personnel assigned by the successful bidder to perform services under this contract SPECIAL CONDITIONS: Any and all Special Conditions contained in this ITB that may be in variance or conflict with the General Conditions shall have precedence over the General Conditions. If no changes or deletions to General Conditions are made in the Special Conditions, then the General Conditions shall prevail in their entirety PROHIBITION OF INTEREST: No contract will be awarded to a Bidder who has CITY elected officials, officers or employees affiliated with it, unless the Bidder has fully complied with current Florida State Statutes and CITY Ordinances relating to this issue. Bidders must disclose any such affiliation. Failure to disclose any such affiliation will result in disqualification of the Bidder and removal of the Bidder from the CITY's Bidder's List and prohibition from engaging in any business with the CITY CONFLICT OF INTEREST: The Bidder covenants that they presently have no interest and shall not acquire any interest, directly or indirectly, which would conflict in any manner or degree with the performance of the services hereunder. The Bidder further covenants that no person having any such known interest shall be employed or conveyed an interest, directly or indirectly, in the contract The BIDDER represents itself to be an independent firm offering such services to the general public and shall not represent itself or its employees to be employees of the City of Parkland. Therefore, the Bidder shall assume all legal and financial responsibility for taxes, FICA, employee fringe benefits, workers compensation, employee insurance, minimum wage requirements, overtime, and other expenses, and agrees to indemnify, save, and hold the City of Parkland, its officers, agents, and employees, harmless from and against, any and all loss; cost (including attorney fees); and damage of any kind related to such matters NO CONTINGENT FEE: Bidder warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Bidder to solicit or secure the Contract and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Bidder, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making the Contract. For the breach or violation of this provision, the CITY shall have the right to terminate the Contract without liability at its discretion. 10

11 2.15 PUBLIC RECORDS / CONFIDENTIAL INFORMATION: Florida law provides that municipal records shall at all times be open for personal inspection by any person (Section , F.S., Public Records Law). Information and materials received by CITY in connection with all Bidder's response shall be deemed to be public records subject to public inspection upon award, recommendation for award or 30 days after bid opening, whichever occurs first. However, certain exemptions to the public records law are statutorily provided for in Section , F.S. Therefore, if the Bidder believes any of the information contained in his or her response is exempt from the Public Records Law, the Bidder must in his or her response specifically identify the material which is deemed to be exempt and cite the legal authority for the exemption, otherwise, the CITY will treat all materials received as public records. If the contractor has questions regarding the application of Chapter 119, Florida Statutes, to the contractor s duty to provide public records relating to the contract, contact the City Clerk, Office of the City Clerk, 6600 University Drive, Parkland, FL 33067; (954) , cityclerk@cityofparkland.org All contractors of the City shall be required to comply with the Florida Public Records Law, Chapter 119 to the extent applicable. Please make sure your records related to City contracts are preserved as you will be deemed the custodian if the record is determined to be a public record. If you have any questions you may contact the City Clerk at or City Attorney at Sealed bids, proposals, or replies received by the City are exempt from s (1) and s. 24(a), Art. I of the State Constitution until such time as the City provides notice of an intended decision or until 30 days after opening the bids, proposals, or final replies, whichever is earlier COMPLIANCE WITH PUBLIC RECORDS LAW: In addition to other contract requirements provided by law, each public agency contract for services entered or amended on or after July 1, 2016, must include: (a) The following statement, in substantially the following form, identifying the contact information of the public agency s custodian of public records in at least 14-point boldfaced type: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE 11

12 CUSTODIAN OF PUBLIC RECORDS AT OFFICE OF THE CITY CLERK ( , 6600 University Drive, Parkland, FL 33067) (b) A provision that requires the contractor to comply with public records laws, specifically to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency s custodian of public records, in a format that is compatible with the information technology systems of the public agency. (3) REQUEST FOR RECORDS; NONCOMPLIANCE. (a) A request to inspect or copy public records relating to a public agency s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request, and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. (b) If a contractor does not comply with the public agency s request for records, the public agency shall enforce the contract provisions in accordance with the contract. (c) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under s PUBLIC ENTITY CRIMES INFORMATION STATEMENT: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public 12

13 entity, may not be awarded or perform work as a Proposer, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section , for CATEGORY TWO For a period of thirty-six (36) months from the date of being placed on the convicted vendor list NON-COLLUSIVE AFFIDAVIT: Each Proposer shall complete the Non-Collusive Affidavit Form Schedule A and shall submit the form with the Bid. The CITY considers the failure of the Bidder to submit this document to be a major irregularity and may be cause for rejection of the Bid SUB-CONTRACTORS: If the Bidder proposes to use subcontractors in the course of providing these services to the CITY, this information shall be a part of the ITB response. Such information shall be subject to review, acceptance and approval of the CITY, prior to any Contract award. The CITY reserves the right to approve or disapprove of any subcontractor candidate in its best interest CONE OF SILENCE: A Cone of Silence shall apply as follows: A Cone of Silence shall be in effect during a Competitive Solicitation beginning upon the advertisement for requests for proposals, requests for qualifications and competitive bids. The Cone of Silence shall terminate at the time the City Commission makes final award of a bid or gives final approval of a contract or contract amendment, rejects all bids or responses to the Competitive Solicitation, or takes other action which ends the Competitive Solicitation. The Cone of Silence shall continue through the negotiation phase for requests for proposals and requests for qualifications and shall not end until the Commission gives final approval of the contract Any person or entity that seeks a contract, contract amendment, award, recommendation, or approval related to a Competitive Solicitation or that is subject to being evaluated or having its response evaluated in connection with a Competitive Solicitation, including a person or entity s representative shall not have any communication with any City Commissioner, the City Manager and their respective support staff or any person or group of persons appointed or designated by the City Commission or the City Manager to evaluate, select, or make a recommendation to the City Commission or the City Manager regarding a Competitive Solicitation The Cone of Silence shall not apply to written or oral communications with legal counsel for the CITY or the Purchasing Agent for the CITY. 13

14 Any action in violation of this section shall be cause for disqualification of the bid or the proposal. The determination of a violation shall be made by the City Commission PERFORMANCE AND PAYMENT BONDS/IRREVOCABLE LETTER OF CREDIT: The Contractor will execute and deliver to the City, concurrent with the execution of the contract by the Bidder, a Performance Bond or Unconditional Irrevocable Letter of Credit payable to the City, in the face amount equal to the contract price as required by this RFP. The 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. If a letter of credit is chosen, it must be in the favor of the City MINORITY PARTICIPATION: Bidders are advised that the city promotes equal employment opportunity (EEO) and encourages the participation of minority and women business enterprises (M/WBE) as well as small business enterprises in all aspects of contracting and has set a goal of 15% participation where economically feasible. Joint venturing at the prime and subconsultant levels is encouraged where the joint venture results in a more qualified and/or more diverse bidder. Bidder shall make efforts to maintain no less than fifteen (15) percent M/WBE participation for contracts over one hundred thousand dollars ($100,000.00) LOCAL PREFERENCE: The City may grant a local preference in the amount of five (5) percent of any bid to the lowest qualified, responsible and responsive local bidder. If said local bidder is within 5 % of the lowest responsible and responsive bid, then the lowest, responsible, responsive local bidder shall be permitted to match the lowest bid within three business days of notice from the City. The City has the sole discretion in determining whether a business meets the criteria to qualify for a local business preference and reserves the right to revoke this preference at any time if the City determines the business no longer meets the following criteria: (a) The principal place of business is located in the City of Parkland; and (b) The business has held a valid City business license for at least one(1) year prior to the date of application; and The principal place of business is located in the City of Parkland; and (c) The business maintains its status as a local bidder throughout the term of the contract; if it fails to do so the contract shall entitle the City, in its sole discretion, to terminate the contract CONTRACT: The final Contract shall include any additional terms and conditions as approved by the City Manager. 14

15 2.25. RESERVED: 2.26 COMPLIANCE WITH LAWS: The selected Contractor, its officers, agents, employees, and contractors, shall abide by and comply with all federal, state, and local laws. It is agreed and understood that if City calls the attention of Contractor to any such violations on the part of the Contractor, its officers, agents, employees, contractors, then Contractor shall immediately desist from and correct such violation. If Contractor is in violation of any law, Contractor shall be solely responsible for coming into compliance with such law and shall be solely responsible for the payment of any fine charged for such violation BIDDER S REPRESENTATION: By virtue of its submission of this response to the ITB, bidder represents that it has reviewed all information which it has reason to believe is relevant to the making of this bid, including any necessary site inspections and field inspections, measurements and visits and that there is no information which it does not possesses which it believes is necessary to make a fully informed and accurate proposal ADDITIONAL PROVISIONS Correction on bids. (a) Mathematical errors Errors in extension of unit prices or mathematical calculations may be corrected by the Purchasing Agent or designee prior to award. The unit prices shall not be changed. (b) A bidder shall be permitted to correct clerical, non-judgmental mistakes of fact in their bid by Purchasing Director through a written directive. (c) Voluntary reduction of price The City may accept a voluntary reduction from a low bidder after bid opening, if such reduction is not conditioned on, nor results in, the modification or deletion of any condition contained in the invitation for bids. A voluntary reduction may NOT be used to ascertain the lowest responsive bidder Cancellation of bids. (a) Any time prior to bid opening date and time, the City may cancel or postpone the bid opening or cancel the invitation for bid in its entirety. (b) After bids are open, any or all bids may be rejected by the City. 15

16 Withdrawal of bids. (a) Any bidder may voluntarily withdraw or amend their bid at any time prior to the bid opening by providing written notice to the City. Amendments should be forwarded to the City Clerk, sealed and identified. (b) After bid opening, vendors shall not be allowed to withdraw a bid in less than ninety (90) days, or a specific time period stated in the invitation to bid with the following exception The bid is so outrageous as to be a prima facie evidence of a bid mistake, but a mistake that cannot be corrected by correction of mathematical computation DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY: Extreme care shall be taken by Contractor to safeguard all existing facilities, site amenities, utilities, irrigation systems, and vehicles on or around the job site. Damage to public and/or private property shall be the responsibility of the Contractor and shall be repaired and/or replaced by Contractor at no additional cost to the City. The Contractor shall use all means to protect existing objects, structures and vegetation designated to remain. In the event of damage, the Contractor shall immediately make all repairs, replacements and dressings to damaged materials, to the approval of the City, at no additional cost to the City. Contractor shall call Sunshine State One Call (811) in accordance with Florida Law prior to performing any underground excavation or earth moving activities PERMITS AND LICENSES: The Contractor shall submit copies to the City s Public Works & Engineering Director or designee of all licenses required for this work. Contractor, at his/her expense shall be responsible for obtaining any permits and licenses that may be required under this Agreement HOURS OF OPERATION: All work under this contract shall be performed between the hours of 7:30am and 7:30pm, Monday through Friday, 9:30am and 7:30pm Saturday and 10:00am and 2:00pm Sunday, local time. No exceptions to these hours shall be made without the expressed written consent of the City. All maintenance shall be performed in accordance with a City approved service schedule to be submitted by Contractor after the Notice of Award SITE INSPECTION: It shall be the responsibility of the Bidder to inspect the site before submission of bids. No plea of ignorance by the Bidder of conditions that exist or that may hereafter exist as a result of failure to fulfill the requirements of this contract will be accepted as the basis for varying the requirements of the City or the compensation to the Bidder. Omission of any essential details from these specifications will not relive the Contractor of supplying such product (s) and/or services (s) as specified. 16

17 2.33 PAYMENTS: Annual contract amount shall be divided into twelve (12) equal monthly payments. Payment will be made after the services have been completed, accepted and properly invoiced. Invoices must bear the project name, bid number and purchase order. The City has up to thirty (30) days to review, approve and pay all invoices after receipt ASSIGNMENT: The Contractor shall not transfer or assign the performance required by this bid without the prior consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except without prior written approval of the City CANCELLATION FOR UNAPPROPRIATED FUNDS: The obligation of the City for payment to a Consultant is limited to the availability of funds appropriated in the current fiscal period, and continuation of the contract into a subsequent fiscal period is subject to appropriation of funds, unless otherwise authorized by law WARRANTY: Contractor at its sole cost and expense shall warranty all workmanship and replace any dead, dying or infested plant materials including shrubs, hedges, trees and groundcovers that were installed by Contractor for a period of twelve (12) months from date of installation provided the condition of said plant materials is not directly related to vandalism, acts of God and/or a vehicular accident. 17

18 SECTION 3 - CONSIDERATION OF AWARD 3.0 CRITERIA FOR AWARD: The award of the bid shall be to the lowest responsive and responsible bid that is in the best interest of the City. In determining the lowest responsive and responsible bidder, in addition to price, the City shall consider the following: 1. The ability, capacity and skill of the bidder to perform the contract 2. Whether the bidder can perform the contract within the time specified, without delay or interference. 3. The character, integrity, reputation, judgment, experience and efficiency of the bidder. 4. The quality of performance on previous public or private contracts of similar type. 5. The previous and existing compliance by the bidder with laws and ordinances relating to this contract. 6. The ability of the bidder to provide future maintenance and service. Tie bids. The tie may be broken and the successful Bidder selected by the following criteria presented in order of importance and consideration: 1. Quality of the items or services if it is ascertainable. 2. Time of delivery if provided in the bid. 3. If the above criteria are impossible to determine with any reasonableness or do not resolve the issue, the award will be given to that vendor whose bid was received first as indicated by the time stamp on the envelope containing the bid. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of the City of Parkland. 3.1 CONSIDERATION FOR AWARD/AWARD PROCEDURES: City staff shall evaluate bids and report to the Commission the results of the evaluation. 3.2 COMMISSION ACTION: The City Commission shall review the staff evaluation and award to the lowest responsible and responsive Bidder in the best interests of the City unless the said bid received is under twenty-five thousand dollars ($ 25,000.00) where the City Manager is then authorized to award said bid to the lowest most responsive Bidder that is in the best interest of the City and is authorized to enter into a contract with the Bidder. 18

19 3.3 In the event that grant funds are not made available for this project, the City Manager is authorized to reject all bids without City Commission consent. 3.4 Within thirty (30) days of award of the bid by the City Commission, the successful Bidder shall be required to enter into a contract to provide the services/material/product at the price and on the terms specified in the bid as drafted by and approved by the City Attorney. Failure to do so shall cause the award to be void; provided that the City Manager may authorize an extension of up to sixty (60) days. No price increase shall be permitted. 19

20 SECTION 4 - SPECIAL CONDITIONS 4.1 [ ] TIME FOR COMPLETION/ LIQUIDATED DAMAGES: N/A [ X ] COUNTY/STATE LICENSE REQUIREMENTS: Bidder shall be licensed and qualified to do business in its area of expertise and shall submit copies of all applicable licenses/certifications with their proposal. The successful Bidder will be required to maintain the appropriate licenses and certificates throughout the term of the contract. Broward County Tree Trimmer License State of Florida Certified Pesticide Applicator License Commercial Fertilizer Applicators License ISA Certified Arborists Any bid that is submitted by a Bidder who is not properly licensed/certified at the time the proposal is submitted may be rejected as non-responsive. 4.2 INDEMNIFICATION CONTRACTOR shall at all times hereafter indemnify, hold harmless and, at the City Attorney s option, defend or pay for an attorney selected by the City Attorney to defend CITY, its officers, agents, servants, and employees from and against any and all causes of action, demands, claims, losses, liabilities and expenditures of any kind, including attorney fees, court costs, and expenses, caused or alleged to be caused by intentional or negligent act of, or omission of, CONTRACTOR, its employees, agents, servants, or officers, or accruing, resulting from, or related to the subject matter of this Contract including, without limitation, any and all claims, losses, liabilities, expenditures, demands or causes of action of any nature whatsoever resulting from injuries or damages sustained by any person or property. In the event any lawsuit or other proceeding is brought against CITY by reason of any such claim, cause of action or demand, CONTRACTOR shall, upon written notice from CITY, resist and defend such lawsuit or proceeding by counsel satisfactory to CITY or, at CITY s option, pay for an attorney selected by City Attorney to defend CITY. The provisions and obligations of this section shall survive the expiration or earlier termination of this contract. To the extent considered necessary by the Contract Administrator and the City Attorney, any sums due CONTRACTOR under this Contract may be retained by CITY until all of CITY's claims for indemnification pursuant to this Contract have been settled or otherwise resolved; and any amount withheld shall not be subject to payment of interest by CITY. Nothing herein shall be deemed a waiver or limitation of any 20

21 sovereign immunity provided by law or any limitation of the City s liability in any statute or as otherwise provided by law. 4.3 INSURANCE (Applicable if box checked) [X] To ensure the indemnification obligation contained above, CONTRACTOR shall, at a minimum, provide, pay for, and maintain in force at all times during the term of this Contract (unless otherwise provided), the insurance coverages Article. Each insurance policy shall clearly identify the foregoing indemnification as insured. [ ] Such policy or policies shall be without any deductible amount unless otherwise noted in this Contract and shall be issued by approved companies of process may be made in Broward County, Florida. [X] CONTRACTOR shall pay all deductible amounts, if any. [X] CONTRACTOR shall specifically protect CITY by naming THE CITY OF PARKLAND as additional insured under the Commercial Liability Policy as well as on any Excess Liability Policy coverage. [X] Commercial Liability Insurance. A Commercial Liability Insurance Policy shall be provided which shall contain minimum limits of one million Dollars ($1,000,000.00) per occurrence combined single limit for bodily injury liability and property damage liability and shall contain minimum limits of two million Dollars ($2,000,000.00) per aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of the Commercial Liability Policy, without restrictive endorsements, as filed by the Insurance Services Office and must include: Premises and/or operations. Independent contractors. Products and/or Completed Operations for contracts. Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification Contract. Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. [X] Business Automobile Liability. Business Automobile Liability shall be provided with minimum limits of five hundred thousand Dollars ($500,000.00) per occurrence, 21

22 combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: Owned Vehicles, if applicable. Hired and Non-Owned Vehicles, if applicable. Employers' Non-Ownership, if applicable. [X] Workers Compensation Insurance. Workers' Compensation insurance to apply for all employees in compliance with Chapter 440, Florida Statutes, as may be amended from time to time, the "Workers' Compensation Law" of the State of Florida, and all applicable federal laws. In addition, the policy (ies) must include: Employers' Liability with a limit of Five Hundred Thousand Dollars ($ 500,000.00) each accident. If any operations are to be undertaken on or about navigable waters, coverage must be included for the U.S. Longshoremen & Harbor Workers Act and Jones Act. Insurance shall include in addition to any other requirements, coverage for class codes 0042, 9102, and [X] CONTRACTOR shall furnish to CITY s PURCHASING AGENT a Certificate of Insurance or endorsements evidencing the insurance coverage specified by this Article within thirty (30) calendar days after notification of award of the Contract. The required Certificates of Insurance shall name the types of policies provided, refer specifically to this Contract, and state that such insurance is as required by this Contract. CONTRACTOR s failure to provide to CITY the Certificates of Insurance or endorsements evidencing the insurance coverage within thirty (30) calendar days shall provide the basis for the termination of the Contract. [X] Coverage is not to cease and is to remain in force (subject to cancellation notice) until all performance required of CONTRACTOR is completed. All policies must be endorsed to provide CITY with at least thirty (30) days notice of expiration, cancellation and/or restriction. If any of the insurance coverages will expire prior to the completion of the work, copies of renewal policies shall be furnished at least thirty (30) days prior to the date of their expiration. [X] CITY reserves the right to review and revise any insurance requirements at the time of renewal or amendment of this Contract, including, but not limited to, deductibles, limits, coverage, and endorsements based on insurance market conditions affecting the 22

23 availability or affordability of coverage, or changes in the scope of work or specifications that affect the applicability of coverage. If CONTRACTOR uses a subcontractor, CONTRACTOR shall ensure that subcontractor names CITY as an additional insured. PERFORMANCE AND PAYMENT BOND (Place any performance or payment bonds here) SCRUTINIZED COMPANIES LIST The State Board of Administration of Florida maintains the scrutinized companies list and updates it quarterly. Pursuant to Section , Florida Statutes, a bidder or proposer may not bid on or submit a proposal for goods or services of $1,000, or more if at the time of bidding or submitting a proposal the bidder or proposer: (a) Is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section , Florida Statutes or is engaged in a boycott of Israel; or (b) Is on the Scrutinized Companies with Activities in the Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section of the Florida Statutes; or (c) Is engaged in business operations in Cuba or Syria. 23

24 SECTION 5 SPECIFICATIONS and BID REQUIREMENTS 5.1 PURPOSE: The City of Parkland ( City ) seeks to engage the services of a qualified Contractor to provide grounds and landscape maintenance in accordance with all the specifications set forth herein to the City owned facilities and parks, medians, swales, and public right-ofway as set forth in Exhibit A and B attached hereto according to the specifications and engineered drawings attached hereto. 5.2 SCOPE OF SERVICES: The selected contractor shall have the ability to perform and carry out in a professional manner the services necessary to complete the assigned project. At a minimum, this work shall include: All work in sections 5.4 through sections 5.18 along with Exhibits A and B. 5.3 SPECIFICATIONS: 1. Job Site The project site is located throughout the City of Parkland. Access to this site is not restricted, and bidders may inspect the facility at their convenience. Bidders are required to visit the site prior to bidding to confirm existing conditions that may affect the bidder s estimate and work. 5.4 MOWING SPECIFICS: (a) (b) Mowing shall be performed in a manner consistent with landscape maintenance industry standards that ensures smooth surface appearance without scalping or leaving any uncut grass. All mowing equipment must be equipped with adjustable and functional discharge chutes. Discharge chutes shall be angled downward as necessary to prevent the discharge of clippings or other generated debris into pedestrian areas, roadways, or other areas that may cause damage or injury to persons or property. Discharge chutes shall be adjusted downward at a minimum 35 degree angle from horizontal when conducting mowing operations along medians and roadway edges. All mowers must be adjustable and adjusted to the proper cutting height and level for the kind of grass and current condition of the turf. Mower blade height adjustment is to be measured from a level floor surface to the parallel and level plane of the mower blade. (c) (d) All mower blades are to be sharp enough to cut, rather than to tear grass blades. All litter and debris is to be removed from turf before mowing to avoid shredding 24

25 that will damage turf appearance, or items that may be propelled by mower blades. (e) Mowing will be done carefully so as not to damage tree bark, tree supports or shrubs, intrude into ground cover beds, damage sodded berms, sprinkler heads, valves, manifolds, time clocks, curbs, or other items within or adjacent to the maintenance area. (f) Grass clippings or debris caused by mowing or trimming shall be removed from adjacent walks, streets, drives, gutters, and curbs or surfaces on the same day as mowed or trimmed. Nothing shall be allowed to stay in the vicinity of a storm water inlet/catch basin(s) nor be allowed to enter into any inlet, catch basin or body of water. Failure to follow these requirements may result in termination of the Agreement. (g) Mowing will not be done when weather or conditions will result in damaged turf or uneven cutting. (h) Grass shall not be mowed lower than two (2) inches in height. Cut heights should be set to remove one half (1/2) of the blade height, not to exceed three quarter (3/4) of the blade height, with an average maintained height of three (3) to four (4) inches. (i) Excess clippings shall be removed from turf areas, roadways and sidewalks and may be spread out as appropriate along turf provided they do not cause an unsightly appearance as determined by the City or restrict the regeneration of the turf below. Under no circumstances are excess clippings to be placed on, near, or in a catch basin, storm drain, or water body. 5.5 MOWING FREQUENCIES: Grass shall be mowed thirty-two (32) times annually based on a frequency of three (3) times per month, in the months of April through November and two (2) times per month, in the months of December through March. 5.6 TRIMMING AND EDGING: (j) Trimming: Grass shall be trimmed during, or as an immediate operation following, mowing. Trimming may be accomplished by hand or hand fish line cutting machines. Grass will be powered shear or rotary nylon trimmed at the same height as adjacent turf is mowed, and as needed to remove all grass leaves from around all obstacles and vertical surfaces in the turf such as posts, trees, walls, cement medians. Berms shall be trimmed with a small trim mower only. Contractor shall use special care when trimming around trees to limit damage to bark surface and/or the living cambium layer beneath, and when trimming around sprinkler 25

CITY OF PARKLAND INVITATION TO BID PINE TRAILS PARK CANOPY REPLACEMENT

CITY OF PARKLAND INVITATION TO BID PINE TRAILS PARK CANOPY REPLACEMENT CITY OF PARKLAND INVITATION TO BID 2018-10 PINE TRAILS PARK CANOPY REPLACEMENT RESPONSES ARE DUE BY 2:00 PM THURSDAY JANUARY 4, 2018 City of Parkland, City Hall City Clerk s Office 6600 University Drive

More information

CITY OF JASPER, ALABAMA P. O. Box th Street West Jasper, Alabama 35502

CITY OF JASPER, ALABAMA P. O. Box th Street West Jasper, Alabama 35502 CITY OF JASPER, ALABAMA P. O. Box 1589 400 19 th Street West Jasper, Alabama 35502 Date: January 29, 2018 Bids to be opened at 11:00 Date: February 28, 2018 To Whom It May Concern: Sealed bids will be

More information

CITY OF PARKLAND REQUEST FOR PROPOSALS WIDE AREA NETWORK & INTERNET CONNECTIVITY

CITY OF PARKLAND REQUEST FOR PROPOSALS WIDE AREA NETWORK & INTERNET CONNECTIVITY CITY OF PARKLAND REQUEST FOR PROPOSALS WIDE AREA NETWORK & INTERNET CONNECTIVITY RESPONSES ARE DUE BY 3:00 PM FRIDAY SEPTEMBER 26, 2014 City of Parkland, City Hall City Clerk s Office 6600 University Drive

More information

CITY OF PARKLAND INVITATION TO BID Data Backup/Business Continuity/Disaster Recovery System

CITY OF PARKLAND INVITATION TO BID Data Backup/Business Continuity/Disaster Recovery System CITY OF PARKLAND INVITATION TO BID 2017-12 Data Backup/Business Continuity/Disaster RESPONSES ARE DUE BY 2:00 PM FEBRUARY 17, 2017 City of Parkland, City Hall City Clerk s Office 6600 University Drive

More information

- NETWORK SWITCH EQUIPMENT, SERVER RACKS WITH POWER DISTRIBUTION, AND COMMUNICATIONS RACK EQUIPMENT AND CABLING RFP

- NETWORK SWITCH EQUIPMENT, SERVER RACKS WITH POWER DISTRIBUTION, AND COMMUNICATIONS RACK EQUIPMENT AND CABLING RFP The City of Parkland Request for Proposals - NETWORK SWITCH EQUIPMENT, SERVER RACKS WITH POWER DISTRIBUTION, AND COMMUNICATIONS RACK EQUIPMENT AND CABLING RFP # 2012-12 The City of Parkland, Florida will

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information

CITY OF PARKLAND INVITATION TO BID PINE TRAILS PARK BERM LANDSCAPE & IRRIGATION PROJECT PHASE II ITB

CITY OF PARKLAND INVITATION TO BID PINE TRAILS PARK BERM LANDSCAPE & IRRIGATION PROJECT PHASE II ITB CITY OF PARKLAND INVITATION TO BID PINE TRAILS PARK BERM LANDSCAPE & IRRIGATION PROJECT PHASE II ITB 2013-02 RESPONSES ARE DUE BY 3:00 PM FRIDAY FEBRUARY 22, 2013 City of Parkland, City Hall City Clerk

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION INTRODUCTON The City of Fernandina Beach, Florida, is accepting sealed bids at the location

More information

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

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

More information

RFP GENERAL TERMS AND CONDITIONS

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

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

INVITATION TO BID 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

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

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

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

FULTON PUBLIC SCHOOL DISTRICT Property Mowing Services. -Request of Proposals (RFP) & Contract Documents-

FULTON PUBLIC SCHOOL DISTRICT Property Mowing Services. -Request of Proposals (RFP) & Contract Documents- FULTON PUBLIC SCHOOL DISTRICT 2019 Property Mowing Services -Request of Proposals (RFP) & Contract Documents- 1 TABLE OF CONTENTS Table of Contents 2 Notice to Bidders 3 Instructions to Bidders 4 Certification

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 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

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

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

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

More information

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES SECTION I GENERAL INFORMATION A. INTRODUCTION/BACKGROUND The Coral Gables Retirement Board (hereafter Board ) is requesting

More information

Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant )

Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant ) Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant ) This Agreement is made as of the latest date signed below, between

More information

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

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

More information

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax: CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA 98629 Ph: 360-263-7665 Fax: 360-263-5700 REQUEST FOR PROPOSALS FOR A LA CENTER FARMERS MARKET MASTER The City of La Center is requesting proposals from

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

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

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

More information

INVITATION 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

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

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

PUBLIC NOTICE FOR EDUCATIONAL CONSULTANT RFQ # DUE DATE: APRIL 7, 2015 AT 2:00 P.M. EST

PUBLIC NOTICE FOR EDUCATIONAL CONSULTANT RFQ # DUE DATE: APRIL 7, 2015 AT 2:00 P.M. EST PUBLIC NOTICE FOR EDUCATIONAL CONSULTANT RFQ #2015-02 DUE DATE: APRIL 7, 2015 AT 2:00 P.M. EST The City of Parkland is seeking proposals from qualified Firms, hereinafter referred to as the Proposer, to

More information

Request for Proposal. For. Grounds Maintenance Services

Request for Proposal. For. Grounds Maintenance Services Request for Proposal For Grounds Maintenance Services ALL PROPOSALS MUST BE ADDRESSED AND SUBMITTED TO: Jasmine Privott, Director of Housing Operations Deerfield Beach Housing Authority 533 S. Dixie Highway,

More information

SOLICITATION. For. 2015/2016 WEED and SNOW REMOVAL SERVICES CITY OF FORT MORGAN, COLORADO. May 18, Jared R. Crone Lieutenant, Police Department

SOLICITATION. For. 2015/2016 WEED and SNOW REMOVAL SERVICES CITY OF FORT MORGAN, COLORADO. May 18, Jared R. Crone Lieutenant, Police Department SOLICITATION For 2015/2016 WEED and SNOW REMOVAL SERVICES in CITY OF FORT MORGAN, COLORADO May 18, 2015 Jared R. Crone Lieutenant, Police Department POLICE DEPARTMENT P.O. BOX 100 FORT MORGAN, COLORADO

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

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

REQUEST FOR PROPOSAL. Information Technology Support Services

REQUEST FOR PROPOSAL. Information Technology Support Services Request for Proposal 1 of 17 www.mdgreenview.ab.ca Box 1079, 4806-36 Avenue, Valleyview, AB T0H 3N0 (780) 524-7600, (780) 524-4307 fax REQUEST FOR PROPOSAL Information Technology Support Services Bid Closing

More information

CITY OF PARKLAND INVITATION TO BID Network Switch Infrastructure Upgrades

CITY OF PARKLAND INVITATION TO BID Network Switch Infrastructure Upgrades CITY OF PARKLAND INVITATION TO BID 208-06 Network Switch Infrastructure Upgrades RESPONSES ARE DUE BY 2:30 PM NOVEMBER 4, 207 City of Parkland, City Hall City Clerk s Office 6600 University Drive Parkland,

More information

AGENCY-WIDE LAWN MAINTENANCE

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

More information

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN SEALED BIDS DUE: SEPTEMBER 27, 2018 BY 2:00 PM Procurement & Contracts Administrator Department of Finance Midland County Services Building

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

City of St. Clair. Request for Proposals. (Lawn Maintenance Services)

City of St. Clair. Request for Proposals. (Lawn Maintenance Services) City of St. Clair Request for Proposals (Lawn Maintenance Services) SCOPE OF WORK The City of St. Clair (herein referred to as City ) is seeking to retain a contractor for general lawn maintenance services.

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

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

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Subject: Landscape Maintenance RFP #: 2015-10 Due Date/Time: November 10, 2015, 2:30 p.m. Eastern Time Submit To: City Clerk City of Wilton Manors 2020 Wilton Drive Wilton Manors,

More information

INVITATION TO BID (ITB)

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

More information

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST RFP14-1480 Request for Proposal RFP14-1480 SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST DATE OF ISSUE: September 08,, 2014 TO RESPOND BY RESPOND TO: September 22, 2014 3:00

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

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal

More information

Pella Certified Contractor Agreement. This Agreement is made this day of, 20, by and between. _ ( Pella Sales Entity ) and. ( Remodeler ).

Pella Certified Contractor Agreement. This Agreement is made this day of, 20, by and between. _ ( Pella Sales Entity ) and. ( Remodeler ). Pella Certified Contractor Agreement This Agreement is made this day of, 20, by and between ( Pella Sales Entity ) and ( Remodeler ). In consideration of the mutual promises herein contained the receipt

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

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

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

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES Proposals

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

TOWN OF PRESCOTT VALLEY Public Works 7501 E. Civic Cr. Prescott Valley, AZ Solicitation Number: RFP 12/13

TOWN OF PRESCOTT VALLEY Public Works 7501 E. Civic Cr. Prescott Valley, AZ Solicitation Number: RFP 12/13 2.0 TERMS AND CONDITIONS SECTION TWO TERMS AND CONDITIONS 2.1 SUBMITTAL OF PROPOSALS Five complete sets of the proposal package shall be submitted and marked Original, and shall include the name of Proposer,

More information

EXHIBIT 3 Page 1 of 12

EXHIBIT 3 Page 1 of 12 Page 1 of 12 FLORIDA DEPARTMENT OF TRANSPORTATION - DISTRICT FOUR MAINTENANCE MEMORANDUM OF AGREEMENT THIS AGREEMENT, is entered into this day of, 2017, by and between the STATE OF FLORIDA DEPARTMENT OF

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the Agreement ) is entered into this day of, 20, by and between the University of Maine System acting through the University of ( University

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES 1. All prospective Contractors must; be State of Connecticut licensed for this work; demonstrate a minimum of 5 years

More information

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES SUBMIT BID TO: Florida State Fair Authority 4800 Hwy 301 North / P.O. Box 11766 Tampa, Fl. 33610 Tampa, Fl. 33680 (Orient Road Entrance) Attn: Phyllis J. Bridges Telephone Number: 813-621-7821 E-mail:

More information

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA 52803 REQUEST FOR PROPOSAL Proposal # 680 The Davenport Community School District invites written sealed proposal for Replacement

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement (the Agreement ) is entered into this day of, 20, by and between the University of Maine System ( University ), and ( Business Associate ).

More information

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA 1. SCOPE AND PURPOSE The City of Kerman intends to prepare an RFP for street sweeping

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. 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

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

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

More information

INVITATION TO BIDDERS. Notice is hereby given the Collinsville Area Recreation District ( CARD ) is accepting proposals for the following project:

INVITATION TO BIDDERS. Notice is hereby given the Collinsville Area Recreation District ( CARD ) is accepting proposals for the following project: www.collinsvillerec.com 10 Gateway Drive, Collinsville, Illinois 62234 (618) 346-PLAY(7529) (618) 346-7530 (fax) INVITATION TO BIDDERS Notice is hereby given the Collinsville Area Recreation District (

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

GROUNDS MAINTENANCE AGREEMENT

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

More information

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

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

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services

More information

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance. INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:

More information

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street

More information

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CITY OF OAK HARBOR REQUEST FOR PROPOSAL CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Issue Date: March 28, 2013 Responses due: April 18, 2013, 4:00 p.m. Pacific Local Time REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST The

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

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25 City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan

More information

CITY OF TRAVELERS REST, SOUTH CAROLINA INVITATION FOR BIDS

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

More information

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 http://www.asdd.com/ WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 WHEN: 10:00 A.M., CDT, March 16, 2016 INSPECTION: REQUIREMENTS: By appointment between the hours of 9:00 A.M. and 3:00

More information

State of Florida Department of Transportation

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

More information

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

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

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation This is a form agreement for discussion purposes only. It does not constitute a binding offer or contract of Drexel University until all of the terms have been approved and this agreement is executed by

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY

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

More information

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 1. DELIVERY OF PROPOSALS. It is the Proposer's responsibility

More information

REGIONAL ROAD CONCURRENCY AGREEMENT CONSTRUCTION OF IMPROVEMENTS

REGIONAL ROAD CONCURRENCY AGREEMENT CONSTRUCTION OF IMPROVEMENTS Return recorded document to: Planning and Redevelopment Division 1 North University Drive, Suite 102A Plantation, Florida 33324 Document prepared by: NOTICE: PURCHASERS, GRANTEES, HEIRS, SUCCESSORS AND

More information

TOWN OF TYNGSBOROUGH

TOWN OF TYNGSBOROUGH TOWN OF TYNGSBOROUGH 25 Bryants Lane Tyngsborough, MA 01879 Tel: 978 649-2300 Ext. 150 Fax: 978 649-2320 E-mail: apage@,tvngsboroughma.gov TOWN OF TYNGSBOROUGH INVITATION FOR QUOTES 1. Purpose. The Town

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS Central Dispatch 911 Center Architectural Services ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Date: September 28, 2018 Project Representative: Elaine Richardson

More information

PROJECT NUMBER: BAN-2015-CON-A1

PROJECT NUMBER: BAN-2015-CON-A1 THE PALM BEACH COUNTY HOUSING AUTHORITY INVITATION TO BID PROPOSALS GENERAL CONTRACTORS REHABILITATION OF BANYAN CLUB APARTMENTS 2300 BANYAN LANE, WEST PALM BEACH, FL 33415 PROJECT NUMBER: BAN-2015-CON-A1

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

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

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

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

More information

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

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

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

More information