INVITATION TO BID NO. 15/ AO CHEMICAL APPLICATION SERVICES. Table of Contents
|
|
- Melinda Doreen McGee
- 5 years ago
- Views:
Transcription
1 INVITATION TO BID NO. 15/ AO CHEMICAL APPLICATION SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Bid Schedule 2 3 Instruction to Bidders 2 4 Key Points 3 5 Scope of Work 5 6 Bid Response Form 8 Suwannee River Water Management District 9225 CR 49 Live Oak, FL (Fax) (Florida only)
2 SECTION 1 - INTRODUCTION The Suwannee River Water Management District (District) is accepting bids from experienced contractors to apply chemical herbicides along ditch edges in the Mallory Swamp Wildlife Management Area. Herbicide application areas were mowed in FY2015. The objective of this work is to reduce the growth of vegetation along roadside ditches to help increase the width of defendable area along the roads and decrease the potential for fire to spot across the roads. This work will help facilitate the safe use of prescribed fire, provide benefits to natural systems, maintain the integrity of existing water management structures, and provide open areas along canal and ditch edges for recreational use. The initial contract shall be for a period ending September 30, 2016, with the potential for two subsequent one-year renewals based upon the prior year s performance by the Contractor, the same terms and conditions or terms more favorable to the District, and mutual agreement of the District and the Contractor. SECTION 2 - BID SCHEDULE July 13, 2016 July 26, 2016 August 14, 2016 Release of Invitation To Bid (ITB). Bids due prior to 10:00 a.m. at District Headquarters in Live Oak. Opening will occur at this time.* Anticipated start date. *Denotes a public meeting. All times denote Eastern Daylight Savings Time (EST/DST). SECTION 3 - INSTRUCTION TO BIDDERS 1. Delivery of Bids: Bidders, also referred to as Respondents, are required to complete and submit one (1) original and one (1) copy of the Bid Response Form included in Section 6. Bid forms shall be sent in one envelope to: Penny Flickinger, Business Resource Specialist II Suwannee River Water Management District 9225 County Road 49 Live Oak, Florida Phone: All bids shall be submitted in sealed envelopes with the following clearly marked in large, bold and/or colored lettering. ITB NO. 15/ AO Chemical Application Services Bid Opening 7/26/ :00 a.m. Bids delivered in an envelope not properly marked with the ITB number and opening date and time that are inadvertently opened by District personnel will not be considered. 3. Bids are due at the above address by 10:00 a.m. on July 26, Bids received after this time, for any reason, will be rejected. Bids placed in the mail should be mailed in time for delivery the prior day. No common carrier guarantees next-day delivery to District headquarters.
3 4. Bids must be hard copy. Electronic or FAX transmittals will not be accepted. 5. Additional Information: Bidders can contact Scott Gregor at for additional information about the project. Additional bid packages may be obtained by logging on to or by contacting Pennie Flickinger at or , Florida only. SECTION 4 KEY POINTS License Requirements: Bidders shall possess a current Florida Department of Agriculture and Consumer Services (FDACS) Commercial Applicator License with further certification in the Forestry Pest Control or Natural Areas Weed Management categories. Chemical Application Requirements: Contract compliance requires Bidders to ensure 100% coverage of treatment areas and 95% mortality of targeted vegetation within these areas. Bidders should take these requirements into account when providing bids. If coverage and/or mortality rates are not met, Bidders will be required to re-treat areas with no additional cost to the District. Selection of Contractor: In accordance with sub section (1)(a)4, Florida Statutes, the contract shall be awarded to the responsible and responsive vendor who submits the lowest responsive bid. The District will evaluate references that document past experience completing forestry related herbicide projects. Should the successful Bidder be unable at any time to accomplish the work he has been contracted for, the next ranked Bidder for the same task may be contacted to complete the required work. Challenge of Solicitation Process: If a potential respondent protests any provisions of this ITB, a notice of intent to protest shall be filed with the District in writing within 72 hours after the posting of the invitation to bid on the District s website. Failure to file a protest within the time prescribed in Section (3), Florida Statutes shall constitute a waiver of proceedings under Chapter 120 of Florida Statutes. Challenge of District s Intent to Award Contract: If a respondent intends to protest District s intent to award Contract, the notice of intent to protest must be filed in writing within 72 hours after posting of a notice of intent to award contract, and the respondent shall file a formal written protest within ten (10) days after filing of notice of intent to protest. Any respondent who files a formal written protest pursuant to Chapter , Florida Administrative Code, and Section (3), Florida Statutes, shall post with the District at the time of filing the formal written protest a bond pursuant to Section (2)(c), Florida Statutes (2014). Failure to file a notice of intent to protest or failure to file a formal written protest within the time prescribed in Chapter , Florida Administrative Code, and Section (3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. More specifically, Failure to file a protest within the time prescribed in Section (3), Florida Statutes shall constitute a waiver of proceedings under Chapter 120 of Florida Statutes. Americans with Disabilities Act: The District does not discriminate upon the basis of any individual s disability status. This nondiscrimination policy involves every aspect of the District s
4 functions including one s access to, participation, employment, or treatment in its programs or activities. Anyone requiring reasonable accommodation as provided for in the Americans with Disabilities Act should contact Gwen Lord, Contracts and Procurement Coordinator, at or (Florida only). The District s fax number is Minority Business Enterprises: The District recognizes fair and open competition as a basic tenet of public procurement. Respondents doing business with the District are prohibited from discriminating on the basis of race, color, creed, national origin, handicap, age, or sex. The District encourages participation by minority business enterprises. Whenever two or more service providers are ranked equally, a minority business enterprise shall be given preference in the award process. Veteran s Preference: In the absence of minority business enterprise, whenever two or more service providers are ranked equally, a veteran-owned business enterprise shall be given preference in the award process. Drug Free Workplace Act: The selected Bidder shall certify that it has established a drug free workplace. Public Entity Crime: Section (2)(a), Florida Statutes, states A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Insurance Requirements: If awarded, Bidder shall represent and guarantee that all employees, agents, servants or representatives of the respondent, and all employees, agents, servants, or representatives of subcontractors are covered by workers' compensation insurance. Prior to entering into Contract with the District, respondent agrees to furnish the District certificates of insurance on all insurance, naming District as additional insured for items 2 and 3 below, providing evidence that respondent has in full force and effect the following minimum insurance with insurers authorized to do business in the State of Florida: 1) Workers' compensation insurance as required above; 2) Motor vehicular liability insurance with limits of not less than $1,000,000 combined single limit which insurance shall be applicable to any and all vehicles utilized by respondent to provide the services requested by District; 3) General liability insurance for all services rendered by respondent for the requested services with a minimum of $1,000,000 personal and advertising injury and $1,000,000 general aggregate. The certificate of insurance shall also provide that District shall be notified in writing by the carrier at least 30 days prior to any cancellation of said insurance.
5 Rejection of Responses: The District reserves the right to reject any and all bids or other bids submitted in response to District invitation. District also reserves the right to waive any minor deviations in an otherwise valid proposal. Renewal of Contract: The initial Contract for the selected Bidder (hereinafter referred to as Bidder or Respondent ) shall be for the period through September 30, Assuming the consent and agreement of the Contractor, the District at its sole discretion may consider two subsequent one-year renewals of the Contract so long as the terms and conditions are equal or more favorable to the District. SECTION 5 - SCOPE OF WORK Upon request by the District Project Manager, Contractor will be ready to begin all the work as soon as contract is signed. Contractor will then proceed to complete all the work as quickly and efficiently as possible while maintaining the quality standards listed in the Scope of Work. The District Project Manager may stop work and order the removal and/or replacement of any equipment if the equipment is not working or calibrated properly. Contractor then has 48 hours to replace the equipment with an acceptable substitute and remove the inadequate implement. The District Project Manager may prohibit chemical application during adverse weather conditions (heat, cold, dry, wet, etc.). If adverse weather is a problem, Contractor must furnish additional personnel and equipment to make up for lost time and ensure timely completion. Chemical application projects may not stop for a period longer than 48 consecutive hours without advance approval from the District Project Manager. Contractor must guarantee a minimum of 100% coverage of the treatment areas and at least 95% mortality of targeted vegetation within the areas. Acceptable coverage will be determined within five days of application using several random spot inspections. Contractors are required to use marking dye to help with this process. Signs of mortality will be documented at random spot inspection sites beginning three weeks following application. If coverage and/or mortality rates are not met, the District will require Contractor to retreat the areas at Contractor s expense and at no additional charge to the District. No chemical herbicide applications will exceed the label rates on the herbicide containers. All requirements, including state and/or local requirements, listed on the herbicide label are to be followed. Failure to comply with label instructions is a violation of federal and/or state laws. Contractor is liable for any penalty, fines, or damages resulting from misuse of herbicides. All chemical mixtures will be approved by the District Project Manager before application. Chemical delivery methods and rates of application will be mutually agreed upon by District Project Manager and Contractor before work begins. Unless otherwise specified, Contractor will supply and apply all chemical herbicides, adjuvants, and other materials to ensure an effective kill of the target vegetation. No less than 100% of all target vegetation must be treated, and no less than 95% of the treated vegetation must be killed for the control method to be considered acceptable by the District. Contractor is expected to prevent any overspray, drift, and/or nontarget damage to surrounding vegetation, open water, structures, and/or facilities. The District is implementing a Come Clean, Leave Clean standard. All equipment used on District lands, including tractors, ATVs, discs, and roller-choppers needs to be free of any plant material. Project managers are required to inspect each piece of equipment before it enters District managed lands. If contractors are to perform work within 30 meters of a non-native weed infestation, the project manager is required to inspect the vehicle before
6 it leaves District property. The District Project Manager will delineate a designated cleaning area on each tract for contractors to clean their equipment. A Florida Department of Agriculture and Consumer Services (FDACS) Licensed Public Pesticide Applicator with a current license must be present during all chemical applications. Licensed applicators must have general standards (Core) certification with further certification in the Forestry Pest Control or Natural Areas Weed Management categories. The licensed supervisor is responsible to ensure the following: Chemical pesticides must be kept in original containers until mixing. All mixtures should have temporary labels that list the trade name and rates of chemicals and any adjuvants within the spray container. The licensed supervisor must readily have available during application copies of all chemical pesticides labels and Material Safety Data Sheets (MSDS) that are being applied. During mixing and application, all recommended Personal Protective Equipment (PPE) will be properly worn to minimize applicator exposure to chemicals. All measuring cups should be rinsed and the effluent poured into the tank/bottle mixture. Chemicals and any rinse material from chemical containers will be applied to specific areas; run-off of any chemical substance is not acceptable. Herbicides that are mixed, transferred, or temporarily stored while on District lands will be done so at designated staging areas. Any and all containers that contain pesticide or pesticide residues will be removed from District lands once the chemical application is complete. Herbicides will not be applied during adverse or non-optimal weather conditions for the application method. Any weather condition, including heat, wind, or precipitation, that minimizes the effectiveness of the herbicide or increases the exposure and/or potential for drift to non-target vegetation, personnel, or objects will not be tolerated. Emphasis must be placed on ensuring the application will minimize exposure to people, facilities and the surrounding environment. Avoid any non-target exposure. A competent FDACS licensed supervisor who speaks English fluently and who can converse with all crew members shall be designated by Contractor as the field supervisor and remain onsite during all chemical application projects. The supervisor must be able to correctly identify the targeted species. A representative from the District will meet with the licensed supervisor at the beginning of each project to discuss treatment area and prescriptions and any special restrictions. Contractor is required to provide District with the following upon request by the District Project Manager: List of chemical herbicide trade names and the rates used to produce all chemical mixtures applied. This list should also include any adjuvants or surfactants included in the mixture. A SRWMD Chemical Control of Vegetation Form (Exhibit A) is required after completion of treatment on each individual infestation, local area, or workday depending on time spent at a particular area. Contractor may not bill for travel time or unused herbicides. Contractor may invoice the District once the project manager is able to confirm that 100% of the target area was covered.
7 Equipment Requirements Contractors are required to use equipment and application techniques that ensure all vegetation is treated in the area between the road edge and the ditch edge while limiting the amount of over spray into areas of standing water. Acceptable equipment may include: Invoices 1) Boom mounted sprayer that is adjustable to compensate for different widths of treatment areas and heights of vegetation or 2) System that allows contractors to stand on a platform and use extended length spray wands and proper nozzles to effectively broadcast chemical within the entire treatment area. Invoices must include the following information: the tract/project name, the day(s) work was conducted, miles of ditch edge treated, and the rate/mile. With each invoice, Contractor must also submit a SRWMD Chemical Control of Vegetation Form (Exhibit A) for each day work was conducted documenting the amount of herbicide used each day. Payment will be processed after District personnel field check and verify coverage requirements. Payments shall be made within 30 days of staff approving the invoice. Project Area Information Location: The Mallory Swamp Wildlife Management Area is located in southeastern Lafayette County Florida. Directions to the Mallory Swamp Wildlife Management Area can be found online at: Access can be obtained from the north on Crapp s Tower Grade and from the southeast on McCall s Chapel Grade off County Rd. 349 (see attached map). Access is available from sun-up to sunset. Target Vegetation: Woody and herbaceous vegetation located within the treatment area between the road edge and ditch edge. (see attached pictures) Approximate Vegetation Height: 2-6ft. Application Type: Broadcast Miles of Treatment Area: Approximate Width of Treatment Areas: 6 12ft. Approximate Treatment Acres: 27 Application Method: boom mounted sprayers or hand held spray wands with proper design/nozzles to broadcast treat the entire area and limit overspray into standing water. Chemicals: Tank mix Nufarm Polaris (Imazapyr) at 1.5%, Dow Rodeo (Glyphosate) at 1%, Non- Ionic Surfactant at.025%, and Marking Dye. WATER IS NOT AVAILABLE ON-SITE FOR MIXING PURPOSES. Precautions: Avoid applying herbicide directly to standing water DEADLINE: All work must be completed and invoiced by September 27, 2016.
8 Section 6 Bid Response Form ITB NO. 15/ AO Bidders are required to complete and submit this form. One original and one copy shall be delivered in one envelope as discussed in Section 3. ITB 15/ AO BID TABLE Tract Application Name Purpose Mallory Swamp Vegetation Control Miles Application Type $BID/MILE Broadcast; Ditch Edges $ Company Representative Signature Company Name Address Company Phone Number Company Fax Number Primary Contact Person Primary Contact Phone Primary Contact Cellular Primary Contact
9 SUB-CONTRACTOR DOCUMENTATION Please list the name, address (base of operation), and telephone number of sub-contractors you plan to use to accomplish services/tasks. Also, list the type of task they will be conducting. The use of sub-contractors must be approved by District Staff. Sub-contractors will be required to meet all the requirements of this Invitation to Bid before approval is granted.
10 References (Bidders must include references for similar type of work) Project Area Project/Site Manager Contact Information Licensed Field Supervisor: Required: List the name of the Field Supervisor(s) and their current FDACS Public Pesticide Applicator license number; also indicate which required additional certification they hold (Natural Area Weed Management or Forestry Pest Control)
11 Equipment List Please provide a list of equipment that will be used to complete this project. Include the number of personnel that will be available on a daily basis to complete this work.
12
13
14
15
16
SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16/17-035AO CHEMICAL APPLICATION SERVICES. Table of Contents
SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16/17-035AO CHEMICAL APPLICATION SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Bid Schedule 2 3 Instruction to Bidders
More informationSUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSAL NO. 09/10-018LM NON-NATIVE, INVASIVE WEED CONTROL. Table of Contents
SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSAL NO. 09/10-018LM NON-NATIVE, INVASIVE WEED CONTROL Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions
More informationSUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16/ AO 2017 CHEMICAL APPLICATION SERVICES. Table of Contents
SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16/17-014 AO 2017 CHEMICAL APPLICATION SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Bid Schedule 2 3 Instruction to Bidders
More informationSUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16/ AO 2017 INVASIVE PLANT TREATMENT SERVICES.
SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 2017 INVASIVE PLANT TREATMENT SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions to Bidders
More informationSUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 14/15-036AO MALLORY SWAMP DITCH MOWING SERVICES. Table of Contents
SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 14/15-036AO MALLORY SWAMP DITCH MOWING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions
More informationSUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 09/ LAM APPROVED REAL ESTATE BROKERS. Table of Contents
SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 09/10-035 LAM APPROVED REAL ESTATE BROKERS Table of Contents Section Description Page 1 Introduction 1 2 Proposed Schedule 2 3 Instruction
More informationSUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID RFP 12/ LR WOODS MOWING SERVICES. Table of Contents
SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID RFP 12/13-009 LR WOODS MOWING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions to Bidders 2
More informationSUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 15/ AO SWIFT CREEK ROLLER CHOPPING SERVICES.
SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 15/16-022 AO SWIFT CREEK ROLLER CHOPPING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions
More informationSUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 12/ LR APPROVED SURVEYOR LIST. Table of Contents
SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 12/13-021 LR APPROVED SURVEYOR LIST Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions to
More informationSUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 08/ LA REVIEW APPRAISER SERVICES. Table of Contents
SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 08/09-120 LA REVIEW APPRAISER SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions
More informationSUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID ITB 16/17-027AO FORESTRY CONSULTING SERVICES. Table of Contents. Section Title Page
SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID ITB 16/17-027AO FORESTRY CONSULTING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions to Bidders
More informationSUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 16/17-008AO FORESTRY CONSULTING SERVICES. Table of Contents
SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 16/17-008AO FORESTRY CONSULTING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposal Schedule 2 3 Instructions to
More informationSUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID. No. 17/18-009EO
SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID No. 17/18-009EO PHASE 1 ENVIRONMENTAL SITE ASSESSMENT FOR ROCK BLUFF SPRINGS, LLC TRACT 172.30 ACRES ±, IN GILCHRIST COUNTY Table of Contents
More informationSUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 13/ AO SECONDARY ROAD MOWING SERVICES. Table of Contents
SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 13/14-045 AO SECONDARY ROAD MOWING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Bid Schedule 2 3 Instructions to Bidders
More informationINVITATION TO BID SR-15 DEVILS HAMMOCK #1 REBID
SRWMD ITB 14/15-029 AO INVITATION TO BID SR-15 DEVILS HAMMOCK #1 REBID Suwannee River Water Management District (SRWMD or Owner) invites you to participate in the bidding process for timber on the property
More informationSUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 15/ AO SECONDARY AND ADMINISTRATIVE ROAD MOWING SERVICES.
SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 15/16-023 AO SECONDARY AND ADMINISTRATIVE ROAD MOWING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Bid Schedule 2 3 Instructions
More informationNatural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses
State of Florida Department of Transportation District 4 Office of Procurement 3400 West Commercial Boulevard Ft. Lauderdale, Florida 33309-3421 INVITATION TO BID REGISTRATION ******************************************************************************
More informationBIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.
SALE OF PROPERTY INVITATION TO BID Bidder Acknowledgment Form ADAM H. PUTNAM COMMISSIONER BID SALE NO.: SOP/FFS-13/14-03 REBID Agency Mailing Date: October 11, 2013 Page 1 of 11 Pages SUBMIT BIDS TO: Reason
More informationCHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION Ellis Road Gravel Project Evangeline Township
CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION Ellis Road Gravel Project Evangeline Township NOTICE TO BIDDERS The Charlevoix County Road Commission Board invites qualified contractors to bid the
More informationCOWLEY 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 informationGROUNDS 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 informationRiver Valley Community College shall have the right to terminate the contract at any time by giving the Contractor a thirty (30) day written notice.
RVC13-06 REQUEST FOR PROPOSAL FOR LAWN CARE CLAREMONT AND/OR KEENE River Valley Community College One College Drive, Claremont, NH 03743 (Main Campus) 438 Washington Street, Keene, NH 03431 (Academic Center)
More informationREQUEST 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 informationRFP Request for Proposal. Water Damage, Fire and Hazardous Material Cleaning Services
RFP 07-2014 Request for Proposal Water Damage, Fire and Hazardous Material Cleaning Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide
More informationAll equipment will be assembled and installed by the Supplier and or Contractor.
REQUEST FOR PROPOSALS (RFP) TO DESIGN, PROCURE AND INSTALL PLAYGROUND EQUIPMENT AND FALL ZONE MATERIAL AT FRONTIER SCHOOL OF INNOVATION ELEMENTARY SCHOOL The Frontier School of Innovation Elementary School
More informationCITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS
CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CLOSING TIME: RFP S ARE DUE NOT LATER THAN 10:00 A.M. ON January 30, 2017 200 N. 12 th STREET CORSICANA,
More informationDIRECTOR: D. Contracting Agent: Reference to the contracting agent within this policy refers to:
WYOMING DEPARTMENT OF TRANSPORTATION I OPERATING POLICY ISSUED: March 3, 2006 POLICY NUMBER: 24-9 DIRECTOR: ~,E-) SUBJECT: Purcbasing and Contracting Purpose: This policy defines the Wyoming Department
More informationINVITATION TO BID (ITB)
INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Lawn Care Maintenance Services Academy for Classical Education 5665 New Forsyth Rd. Macon, Georgia 31210 PROPOSAL SUBMISSION DEADLINE IS 5:00PM EDT, FRIDAY, MAY 15, 2017 TABLE OF
More informationLAWN CARE River Valley Community College One College Drive Claremont, NH
RVC18-02 REQUEST FOR PROPOSAL FOR LAWN CARE River Valley Community College One College Drive Claremont, NH 03743 www.rivervalley.edu PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to provide the
More informationPROPOSAL GUIDE RAIL VEGETATION CONTROL
Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of
More informationBUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017
SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/
More informationInvitation to Bid BOE. Diesel Exhaust Fluid
Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN
More informationCITY OF TITUSVILLE, FLORIDA
CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number
More informationINVITATION TO BID (ITB)
HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids
More informationEXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE
EXHIBIT 1 Solicitation Date: PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED
More informationREQUEST FOR QUALIFICATIONS RFQ #Y PD RIGHT-OF-WAY MOWING SERVICES AND STORMWATER MANAGEMENT RETENTION POND AND PRIMARY CANAL MOWING
Issue date: October 4, 2017 REQUEST FOR QUALIFICATIONS RFQ #Y18-133-PD RIGHT-OF-WAY MOWING SERVICES AND STORMWATER MANAGEMENT RETENTION POND AND PRIMARY CANAL MOWING The Orange County Board of County Commissioners,
More informationREQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES
REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES 1. GENERAL STATEMENT OF PURPOSE Scott County is soliciting proposals for the services of a qualified contractor to perform a general reassessment
More informationSNOW REMOVAL. River Valley Community College - Keene Academic Center
RVC15-04 REQUEST FOR PROPOSAL FOR: SNOW REMOVAL River Valley Community College - Keene Academic Center PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for River Valley Community
More informationREQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY
REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY CITY OF CONROE P.O. BOX 3066 CONROE, TEXAS 77305 RESPONSES DUE: DECEMBER 14, 2017 CITY OF CONROE PURCHASING DEPARTMENT
More informationARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment &
Contract Number: ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION H-13-148R Bid Opening Date: March 27, 2013 Time: 11:00 a.m. BID OPENING LOCATION:
More informationRFP # Request for Proposal Moving Services Contract
RFP #15-2014 Request for Proposal Moving Services Contract Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services for multi-family
More informationBID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013
BID INVITATION (THIS IS NOT AN ORDER) FROM: FINANCE DEPARTMENT DATE: SEPTEMBER 27, 2013 CITY OF WEATHERFORD BID NUMBER: 2014-001 P.O. BOX 255 BID TITLE: HIGHWAY MOWING & LITTER PICK-UP WEATHERFORD, TX.
More informationAGENCY-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 informationOKEECHOBEE 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 informationREQUEST FOR QUOTE (RFQ) # FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018
REQUEST FOR QUOTE (RFQ) #18-030-25 - FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018 RESPONSE DEADLINE: AUGUST 6, 2018 4:30 P.M. CENTRAL STANDARD TIME (CST) TO: PETE VILLAS, ADMINISTRATOR MARINETTE
More informationRFP 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 informationINVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas
INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid
More informationREQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING
NHTI-2013-59 REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING NHTI-CONCORD S COMMUNITY COLLEGE PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for NHTI-Concord
More informationREQUEST FOR PROPOSAL FOR:
REQUEST FOR PROPOSAL FOR: Early Childhood Initiative Project Evaluator White Mountains Community College-Berlin, NH WMC15-03 PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract
More informationThe City of Mount Pleasant is taking bids for vehicle towing services. Bid packages are available on our website at
The City of Mount Pleasant is taking bids for vehicle towing services. Bid packages are available on our website at www.mountpleasanttn.org or in person at City Hall. Sealed bids must be received in the
More informationBotetourt County Public Schools
Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed
More informationINVITATION 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 informationState 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 informationSUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION
Page 1 of 5 Bid No.: Date Released: September 25, 2017 SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time:
More informationEXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida,
EXHIBIT 1 Solicitation Date: June 8, 2018 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED CONTRACTORS BY THE STATE OF FLORIDA DEPARTMENT OF MILITARY AFFAIRS HEREINAFTER REFERRED TO AS OWNER, FOR CONSTRUCTION
More informationMold Remediation and Clean Up of Central High School
GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone
More information2013 COFFEYVILLE AIRPORT MOWING PROPOSAL
2013 COFFEYVILLE AIRPORT MOWING PROPOSAL The City of Coffeyville is accepting proposals for finish mowing and bush hog mowing for the April 2013 through October 2013 growing season. Areas to be mowed are
More informationADVERTISEMENT 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 informationInvitation 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 informationREQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386
2626 Courtland Street Duluth, MN 55806-1894 phone 218.722.3336,fax 218.727.7471, www.wlssd.com Western Lake Superior Sanitary District REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386
More informationGlenwood/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 information2017 CHEMICAL VEGETATION CONTROL BID
2017 CHEMICAL VEGETATION CONTROL BID BID OPENING: MARCH 9, 2017, 11:00 AM Prepared by: GREENE COUNTY ENGINEER=S OFFICE ROBERT N. GEYER, P.E., P.S. 615 DAYTON-XENIA ROAD XENIA, OHIO 45385-2697 PHONE: 937/562-7500
More informationSUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS RFP NO. 13/ AO PRESCRIBED FIRE MANAGEMENT SERVICES.
SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS RFP NO. 13/14-044 AO PRESCRIBED FIRE MANAGEMENT SERVICES Table of Contents Section Title Page 1 Introduction 1 2 Proposed Schedule 1 3 Instructions
More informationNOTICE TO BID. Electrician/Helper Temporary Service, Florida State University
NOTICE TO BID THERE WILL BE A PUBLIC BID OPENING BID NUMBER: : Location: TITLE: FAC017-12 B.J. Lewis, Facilities Purchasing 969 Learning Way, 102A MMA, FSU Campus Tallahassee, Florida 32306 Electrician/Helper
More informationCITY 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 informationREQUEST FOR PROPOSAL Lake Ripley Management District (LRMD)
REQUEST FOR PROPOSAL Lake Ripley Management District (LRMD) RFP ID Invasive Species Eradication 2016 ISSUE DATE April 26, 2016 SUBMIT BID TO PURPOSE SPECIAL INSTRUCTIONS Lisa Griffin Lake Ripley Management
More informationHILLSBOROUGH 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 informationTHE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB)
Page 1 of 7 THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB) REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL AIRPORT ENGINEERING SERVICES Sanford Airport Authority 1200 Red Cleveland
More informationCOUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES
COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES The Board of Supervisors of Scott County (hereinafter called the "County") invites qualified certified public accountants (hereinafter
More informationRFP Request for Proposals Mosquito Surveillance and Control Services
RFP 1-2018 Request for Proposals Mosquito Surveillance and Control Services 4800 N. Broadway, Boulder, CO 80304 Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies
More informationINVITATION TO BID 2017 PINE AND HARDWOOD TREE ERADICATION SERVICES NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-014)
INVITATION TO BID 2017 PINE AND HARDWOOD TREE ERADICATION SERVICES NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-014) The Northwest Florida Water Management District, 81 Water Management
More informationMURFREESBORO CITY SCHOOLS DEPARTMENT OF NUTRITION Milk and Dairy Products BID
MURFREESBORO CITY SCHOOLS DEPARTMENT OF NUTRITION Milk and Dairy Products BID GENERAL Attached are instructions and conditions for submitting a Milk and Dairy Products Bid for Murfreesboro City Schools.
More informationPROPOSAL FOR 2019 MINERAL WELL BRINE
840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2019 MINERAL WELL BRINE BID OPENING: Thursday, November 15, 2018 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS
More informationCITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL
PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina
More informationINVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA
INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA SITE ADDRESS: BIDS DUE: NEILLS CREEK PARK 3885 NEILLS CREEK RD ANGIER, NC 27501 TUESDAY, APRIL 17th @ 2:00 PM HARNETT
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The
More informationREQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN
REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT Sealed proposals, addressed to the Supervisor of Purchases, City of Middletown, Room 112, Municipal Building, Middletown, Connecticut, 06457 will be received
More informationPLEASANTVILLE 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 informationRequest for Proposal # Grinding and Processing Services for Yard/Pallet Waste
Request for Proposal #2019-020 Grinding and Processing Services for Yard/Pallet Waste Due Date: October 23, 2018 Time: 2:00 pm Receipt Location: Government Building 500 N. Main Street, Suite #709 Administrative
More informationCHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois
CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign
More informationGUILFORD 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 informationCOUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017
COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST
More informationREQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL
Request for Proposals (RFP) SAU #44 and the Nottingham School District REQUEST FOR PROPOSAL ( RFP ) RFP NOTT 05-17 INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL SAU #44 and the Nottingham School District
More informationTotal Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation
*** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is
More informationADDENDUM ACKNOWLEDGEMENT FORM Invitation to Bid (ITB) #DC ITB STATEWIDE FOOD PRODUCTS AND DELIVERY- PRIME VENDOR SERVICES A D D E N D U M #1
ADDENDUM ACKNOWLEDGEMENT FORM Invitation to Bid (ITB) # STATEWIDE FOOD PRODUCTS AND DELIVERY- PRIME VENDOR SERVICES A D D E N D U M #1 Department of Corrections 501 South Calhoun Street Tallahassee, FL
More informationMANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding
PUR413 May 22, 2013 MANDATORY PRE-BID MEETING JUNE 06, 2013 VEGETATION Center Grinding Time: We are pleased to invite your company to a mandatory pre-bid meeting on June 06, 2013 @ 10:00 A.M. SHARP! Late
More informationREQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas
REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst
More informationCHARTER 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 informationPROPOSAL FOR 2017 MINERAL WELL BRINE
840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017 MINERAL WELL BRINE BID OPENING: Friday, February 24, 2017 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS
More informationTELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1
TELEPHONE: 620/694-1970 OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO. 15-149 ADDENDUM NO. 1 July 22, 2015 TO ALL PROSPECTIVE BIDDERS: The Bid Documents for the Bid 15-149, are hereby amended
More informationCITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit
CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will
More informationIn accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.
State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public
More informationSpecifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County
Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County It is the intent of these specifications to solicit a unit price bid per square foot for the furnishing
More informationSIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES
Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE
More informationREQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401
REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION
More informationEL 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 informationARCHIVED - MAY 20, 2014
TEXAS POLICY In Texas, organizations contracting directly with the Texas Department of Agriculture (TDA) to operate nutrition programs federally funded through the United States Department of Agriculture
More informationREQUEST FOR PROPOSAL FOR: Provide Door Lock Repair, Service & Material
REQUEST FOR PROPOSAL FOR: Provide Door Lock Repair, Service & Material NHTI Concord s Community College NHTI14-70 PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for NHTI Concord
More informationNEAPA Northeast Alabama Purchasing Association
NEAPA Northeast Alabama Purchasing Association REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: New Tires SEALED BID #3321 NEAPA is soliciting sealed bids for the above project. Bids
More information