2017 CHEMICAL VEGETATION CONTROL BID

Size: px
Start display at page:

Download "2017 CHEMICAL VEGETATION CONTROL BID"

Transcription

1 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 PHONE: 937/ FAX: 937/ Web Site:

2

3 PROJECT DESCRIPTION/REQUIREMENTS Sealed bids will be received at the Greene County Commissioners Office Building, 35 Greene Street, Xenia, OH 45385, until 11:00 a.m. March 9, 2017 for the application of chemicals for vegetation control as follows: Application A: Application B: Application C: Application D: Application E: 20,000 Gallons - more or less, Roadside 180,000 Lineal Feet - more or less, Guardrail 180,000 Lineal Feet - more or less, Guardrail 1,000 Gallons - more or less, Johnson Grass 3,000 Gallons - more or less, Brush Specifications are available on the Greene County website, located in the Bids link on the left side of the page. Bid proposals must be sealed and addressed: Greene County Board of Commissioners County Office Building 35 Greene Street Xenia, OH The envelope must be marked "BID FOR VEGETATION CONTROL 2017" and mailed or filed with the Clerk of the County Commissioners, and they reserve the right to reject any or all bids. Each bid shall be accompanied by a Bid Bond in the amount of 100% of the total bid amount, or a certified check in the amount of 10% of the total bid amount. Bid Bond or certified check shall be made payable to the Board of Greene County Commissioners. Bid Bond or certified check shall be returned to all unsuccessful bidders. The Board of Greene County Commissioners reserves the right to reject any or all bids in the best interest of the County. ROBERT N. GEYER, P.E., P.S. Greene County Engineer Advertisement: February 21, 2017 February 28, 2017

4 Page 1 of 6 VEGETATION CONTROL SPECIFICATIONS General Notes: The Standard Specifications of the State of Ohio, Department of Transportation in force at the time of bidding together with any other Greene County requirements, notes or statements herein will govern this improvement. Items listed shall conform to the State of Ohio Department of Transportation Construction and Material Specifications Manual (ODOT Manual), Supplemental Specifications, and/or other items, specific requirements noted herein. NOTE: GCR indicates Greene County Requirement and its use is to provide additional data, supplement ODOT data, or indicate special requirements. The Greene County Engineer and/or his representative(s) shall decide all questions which may arise as to the quality and acceptability of materials furnished and work performed and as to the rate of progress of work: all questions which may arise as to the interpretation of the plans and specification; all questions as to the acceptable fulfillment of the Contract, and as to compensation. Those bidding have the responsibility for inspecting the project (areas), examining the plans, specifications and supplements, special provisions and requirements, and satisfying themselves that the intent of the project can be achieved as set forth in these specifications. The submission of a bid shall be considered evidence that Bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work in accordance with the aforesaid documents. Quantities appearing as part of these specifications are approximate only and are prepared as estimates for bid comparison. Payment to the Contractor will be made only for the actual quantities of work performed and accepted, or materials furnished and accepted in accordance with the contract except for lump sum items within the unit price contract so designated. Where the term "Director" is used in reference to any/all ODOT requirements substitute "Greene County Engineer" and where "Engineer" is used substitute "Greene County Engineer/Representative(s)" Extra Work: see ODOT Manual for description; and, the Greene County Engineer and or his Representative(s) are the sole authority for proceeding with any item of extra work. Application must be made to, and approval given by, the Greene County Engineer in advance of performing extra work : see ODOT Manual for complete description. Also, Contractor shall comply with the provisions of Public Convenience and Safety and the provisions of ORC Failure to Complete on Time, State of Ohio, Department of Transportation Construction and Materials Specification Manual, January 1, 2013, shall apply Unsatisfactory Progress and Termination of Contract, State of Ohio, Department of Transportation Construction and Materials Specification Manual, January 1, 2013, shall apply.

5 Page 2 of 6 Each bid shall be accompanied by a Bid Bond in amount of 100% of the total bid amount, or a certified check in the amount of 10% of the total bid amount. Bid Bond or certified check shall be made payable to the Greene County Commissioners. Bid Bond or certified checks shall be returned to all unsuccessful bidders. Additional and /or Special Notes: Contractor hereby proposes to furnish all necessary materials, labor and equipment to spray a chemical solution to control vegetation growth within the road right-of-ways in Greene County in accordance with the following specifications: ROADS TO BE SPRAYED: A. Approximately 275 miles (more or less) of County maintained roads on map to be furnished, ( miles less those areas marked by "no spray" signs and other areas not desirable for spraying.) B. Approximately 180,000 (more or less) lineal feet of guard-rail in selected areas of Greene County. C. Approximately 180,000 (more or less) lineal feet of guard-rail in selected areas of Greene County. D. Approximately 25 (more or less) acres of roadside to be treated for Johnson Grass on a spot treatment basis. E. Approximately 3,000 (more or less) gallons to be used to treat the roadside for Brush on a spot treatment basis. METHOD OF TREATMENT: All specified roadside shall be treated with one (1) or two (2) applications of spray, as specified, at proper intervals to insure maximum control of both weeds and brush. Spray shall be continuous applications to both sides of all roads, and shall be applied in such a manner so as to gradually keep under control and to prevent further growth of all undesirable vegetation, and at the same time preserve as far as possible, a neat and pleasing roadside appearance. RATE OF APPLICATION: A. Application consisting of 2 quarts, 2, 4-D Amine formulation, 1/2 ounces of Escort, 1-pint of non-ionic surfactant and 4 ounces of drift control agent per 30 gallons of water as a continuous application. Average use per acre: 30 gallons. Prior to the roadside application a test area will be designated with a known acreage. The Contractor shall use this area to calibrate their spray equipment. After establishing an application rate the roadside application can begin. Note: It is the Contractor=s responsibility, since the bid unit is gallon, to maintain the average use of 30 gallons per acre.

6 Page 3 of 6 B. First application consisting of Krovar IDF (10 lbs/acre) plus 2-3 quarts of Glyphosate in 50 gallons of water applied at the rate of 50 gallons per acre. This constitutes 35 gallons per 10,000 lineal feet. C. Second application consisting of 2 quarts Glyphosate, 5 pounds Diuron plus 8 oz. of non-ionic surfcatant in 50 gallons of water applied at the rate of 50 gallons per acre. This constitutes 35 gallons per 10,000 lineal feet. D. The preferred application would consist of 21 to 32 ounces of Journey per acre and mixed with a non-ionic surfactant at a rate of 32 ounces 100 gallons. E. The preferred application would consist of 2 gallons of DuPont Krenite S, 1 2 pints of Tordon K, 2 quarts of Citrus Plus and 12 ounces of drift retardant in 100 gallons of water. Applied to thoroughly wet the brush. TIME OF APPLICATION: The time of application for items A, B, C, D and E are as specified below: Application A is to be started on May 10, 2017 and completed within 10 consecutive work days. Application B is to be started by April 19, 2017 and completed within 10 consecutive work days. Application C is to be started by Aug. 9, 2017 and completed within 10 consecutive work days. Application D is to be started within the last two weeks of June and completed within 10 consecutive work days. Application E is to be started by late August and completed by the middle of September. **Allowances for adverse weather conditions or wind velocity will be granted after application dates are met. AREAS TO BE SPRAYED: A. All undesirable vegetation within limits of the right-of-way. B. A strip three (3) feet beneath the guardrail alignment shall be treated - 1 1/2 feet in front and 1 1\2 feet behind. C. A strip three (3) feet beneath the guardrail alignment shall be treated - 1 1/2 feet in front and 1 1\2 feet behind - ONLY AS NEEDED. D. Areas in the County roadside right-of-way where Johnson grass is prevalent. E. Areas in the County roadside right-of-way where brush is prevalent and as directed by the Engineer. FORMULATIONS DEFINED: A. 2, 4-D - low volatile Dichlorophenoxyacetic Acid and Amine formulation with an equivalent of 4 pounds acid per gallon, Escort, Methyl -2 [4-Methoxy 6-Methyl -(1,3,5-Triazin - 2 -yl) Amino Carbonyl ] - amino-sulfonyl-benzoate, a non-ionic surfactant and a drift control agent.

7 Page 4 of 6 B. Krovar, pendimethalin, N-(1-ethhylpropyl)-3,4-dimethly-2, 6-dinitrobzenamine and Round-up Pro a water soluble liquid containing Isoproylamine salt of N - (phosphonomethyl) Glycine. C. Glyphosate containing Isoproylamine salt of N - (phosphonomethyl) Glycine and Diuron containing [3-(3, 4 dichlorophenyl)-1, 1-Dimethylurea] D. Journey, Impazapic( )-2-[4,5-dihydro-4-methyl-4-(1-methylethyl)-5-oxo-1H-imidazol-2-yl]- 5 methyl-3-pyridnecarboxylic acid. E. DuPont Krenite S, Ammonium Salt of Fosamine{Ethyl Hydrogen (aminocarbonyl) Phosphonate % and 58.5 Inert Ingredients. Tordon K, 24.4 % Picloram: 4-Amino-3, 5, 6-trichloropicolinic Acid, Potassium salt and 75.6% Inert ingredients. EXPERIENCE: The bidder shall have at least three (3) years experience spraying roadsides with herbicides on a County or State level and each spray unit must be manned with a licensed operator of like experience. Bidder shall furnish a list of the counties and states where they have performed contract spraying services. PER-QUALIFICATIONS: Bidder must be Pre-Qualified by the State of Ohio for work of this nature and shall furnish a copy of his Ohio License to apply pesticides with the bid. EQUIPMENT: For application A, B, C, D and E the contractor shall furnish, operate and maintain suitable and adequate equipment necessary to perform the above operations in an approved workman like and timely manner. The contractor shall have enough satisfactory equipment and trained personnel that he completes the one application of spray within 10 consecutive working days. Satisfactory spraying equipment shall consist of truck- mounted spray units with a liquid capacity of not less than 1,000 gallons. Each spraying unit shall be powered by a high pressure pump and shall be so constructed that the entire specified width on one side of the road can be covered with a single pass. Pressure regulation shall be flexible enough to permit adjustment to insure adequate coverage at minimum risk. Prior to issuance of the contract, the County Engineer or his representative reserves the right to inspect the equipment to be used to determine suitability for highway spray work. For application B, C and D: The spraying equipment shall consist of a truck mounted unit having a liquid carrying capacity of not less than 300 gallons. Each unit shall be powered with a pump capable of pressures ranging from 20 to 300 pounds per square inch. Nozzle, spray gun, and boom, as well as any other nozzle arrangements shall be designed to apply a large droplet spray with absolute minimum drift. Special Note for Applications B and C (guardrail) : a wishbone type wand with at least two spray nozzles properly directed to address a strip three (3) feet beneath the guardrail alignment 1 1/2 feet in front and 1 1\2 feet behind is required to complete this application.

8 Page 5 of 6 An alternative acceptable equipment configuration would be an electronic injection system capable of delivering the specified chemical application rate on a per acre basis over variable spray pattern widths, independent of vehicle ground speed. The system shall have all herbicide concentrates isolated in separate storage tanks that are injected into the water stream by an electronically controlled computerized injection pump prior to entering the spray head. Pre-Qualification requirements can also be met through past work performance from other Counties. LIABILITY: While spraying, the Contractor shall at all times exercise extreme care to prevent damage to residential planting, vegetables, flower gardens, any susceptible farm crops or other desirable plants adjacent to the roadside. The Contractor shall have the right to shut off the spray at any time that he may feel that the application of spray might cause such damage. The contractor agrees to furnish satisfactory evidence of insurance coverage to insure adequate payment for damages caused by the spraying operation. BIDDING UNIT: A, D and E: To be submitted on a gallon basis of mixed material applied. B and C: To be submitted per lineal foot of three (3) foot band feet each side of guardrail. SPECIAL NOTE: The sum of the bid extensions for items A, B, C, D, and E constitutes the grand total for the bid. PAYMENT: Payment shall be made at the completion of each application for the actual units of work (Gallons or L.F.) performed, not estimated. Johnson Grass and Brush spraying especially are performed on an as needed basis. CHEMICALS, ADDITIVES OR AGENTS: All chemicals, additives or agents used in the performance of this contract shall arrive at the job site in sealed unopened original containers. If the containers are not clearly marked as to content then the shipping statement from the manufacturer should accompany the material with lot and drum registration numbers. MSDS SHEETS AND SPECIMEN LABELS: Copies of the Material Safety Data Sheets and Specimen Labels shall be submitted with the Bid for every chemical and additive used in the performance of this contract. CHEMICAL SPILL PROCEDURE: A written procedure outlining notification (including phone numbers), containment and removal shall be submitted as part of this bid.

9 BID CHECKLIST Page 6 of 6 YES NO BID BOND Each bid has been accompanied by a 100% Bid Bond or a certified check in the amount of 10% of the total bid amount. YES NO CHEMICALS The contractor agrees to furnish all chemicals in accordance with the vegetation control specifications. YES NO TIME OF APPLICATION The contractor can meet the time of application schedule listed in the bid proposal. YES NO EXPERIENCE At least three (3) years experience at the County or State level and spray units manned with licensed operators of like experience. YES NO PRE-QUALIFICATION 1) Pre-qualified by the State of Ohio or past work experiences performed for other Counties. 2) Is a copy of the current Ohio Applicator's License included? YES NO EQUIPMENT AND PERSONNEL 1) Adequate equipment and personnel to satisfactorily complete the one spray application within 10 consecutive working days. 2) Adequate spraying equipment consisting of a truck mounted spray unit with a minimum liquid carrying capacity of 1000 gallons and regulated pressure to insure adequate coverage at minimum risk for applications A, B, C and D. 3) Or, Adequate spraying equipment consisting of a truck mounted spray unit with an electronically- controlled, computerized injection system capable of blending the herbicide prior to the spray head and maintaining the application rate independent of the ground speed. 4) Special spraying equipment for Application B and C (guardrail) - wishbone type wand. YES NO LIABILITY Contractor has furnished satisfactory evidence of insurance coverage to insure adequate payment for any damage caused by the spraying operations. YES NO MSDS AND SPECIMEN LABEL SHEETS Contractor has furnished copies of MSDS and Specimen Label sheets for every chemical and, or additive to be used in the performance of the agreement. YES NO CHEMICAL SPILL PROCEDURE A written chemical spill procedure (including phone numbers) is included as part of this bid package. YES NO DISCLOSURE OF PERSONAL PROPERTY TAXES The notarized disclosure of personal property tax form is included as part of this bid package. * All items requested in the specifications or the bidders check list are to be included in the bid package for the bid to be declared a formal bid. Any deviations from the specifications are to be stated in writing and submitted with the bid package.

10 BID PROPER The blank spaces in the proposal must be filled in correctly where indicated and written in ink. The bidder is required to fill in under "Unit Price Bid" a unit price for additions and deductions opposite each item for which there is a quantity given in the "Approximate Quantities" column. The gross sum of the totals in the "Total Amount Bid" column shall equal the sum bid for the work. The unit price specified in the "Unit Price Bid" column will govern the award of the contract. The Contractor shall make the extensions in the "Total Amount Bid" column and also add up the totals. However, the unit prices specified together with approximate quantities shall determine the total amount of the bid. If there is an error made in the extensions by the bidder, the total shall be changed as only the "Unit Prices" shall govern. The quantities in the "Approximate Quantities" column are those given in the Engineer's approximate estimate and are those which will be used in determining the total amount of each proposal for this improvement and for the purpose of determining the lowest bidder. It is understood and agreed that these quantities are approximate only. The bidder must give a unit price for each item named. Errors or omissions could result in your bid being declared informal at the discretion of the Commissioners. ADDRESS: Proposals must be sealed and addressed: Greene County Board of Commissioners County Office Building 35 Greene Street Xenia, Ohio This envelope must be marked "BID FOR VEGETATION CONTROL 2017" BID OPENING: March 9, 2017 at 11:00 a.m. BID BOND: Each bid shall be accompanied by a Bid Bond in the amount of 100% of the total bid amount, or a certified check in the amount of 10% of the total bid amount. Bid Bond or certified check shall be made payable to the Greene County Commissioners. Bid Bond or certified check shall be returned to all unsuccessful bidders.

11 UNIT PRICE CONTRACT VEGETATION CONTROL 2017 The undersigned, having full knowledge of this site, plans, and specifications for this project hereby agrees to furnish all services, labor, materials, and equipment necessary to complete the entire project according to the plans and specifications, completion dates, and to accept the unit prices specified below for each item as full compensation for the work in this proposal. To: Greene County Board of Commissioners County Office Building 35 Greene Street Xenia, Ohio We Company Name Address submit the following Bid for furnishing Vegetation Control as advertised by the Greene County Engineer: Estimated Quantities Unit Price Sub-total A. Application A - 20,000 Gal. $ per gallon $ B. Application B - 180,000 L.F. $ per lineal ft. $ C. Application C - 180,000 L.F. $ per lineal ft. $ D. Application D - 1,000 Gal. $ per gallon $ D. Application E - 3,000 Gal. $ per gallon $ GRAND TOTAL: $ This proposal meets the specifications on file in the office of the Greene County Engineer, or has deviations as specifically noted on the check list on the previous pages. Contractor Witness Date Authorized Representative Date: Witness Date Phone:

12 NON-COLLUSION AFFIDAVIT PROJECT: "VEGETATION CONTROL PROGRAM 2017" (This affidavit must be executed for the bid to be considered) State of Ohio County of Greene, being first duly sworn deposes and says that he (sole owner, partner, president, etc.) of, the party (company name) making the foregoing proposal or bid; that such bid is genuine and not collusive or a sham; the bidder has not colluded, conspired, connived, or agreed directly or indirectly, with any other bidder or person, to put in a sham bid, or that such other persons shall refrain from bidding and has not in any manner directly or indirectly sought by agreement or collusion, or communication or conference, with any overhead, profit or cost element of said bid price or of that of any other bidder or to secure any advantage against the County of Greene or any person or persons interested in the proposal contract; and that all statements contained in said proposal or bid are true; and further that such bidder has not directly or indirectly, submitted this bid or the contents thereof or divulged information or data relative thereto any association or to any member or agent thereof. Affidavit Print Name Sworn to and subscribed before me this day of. Notary Public

13 Project: Chemical Vegetation Control NON-DISCRIMINATION The Contractor agrees that in the hiring of employees for the performance of work under this Contract or any Subcontract, no contractor, subcontractor, or any person acting on his behalf shall, by reason of race, creed, color or sex, discriminate against any citizen of the United State in the employment of labor or work who is qualified and available to perform the work involved in this contract. The Contractor agrees that no Contractor, Subcontractor, or any person on his behalf, shall in any manner discriminate or intimidate any employee hired for the performance of work under this Contract on account of race, creed, color or sex. Authorized Representative Print Name Date

14

PROPOSAL GUIDE RAIL VEGETATION CONTROL

PROPOSAL 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 information

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

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

More information

For Review Only Official Bid Packet available at Athens County Engineer's Office

For Review Only Official Bid Packet available at Athens County Engineer's Office ATHENS COUNTY ENGINEER 2017 ROADSIDE MOWING PROGRAM NOTICE TO BIDDERS The Athens County Commissioners will open sealed bids at their office in the Athens County Courthouse, 15 South Court Street, Athens,

More information

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION The Board of Selectmen and Board of Education of the Town of Lebanon will be accepting bids for

More information

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID DO NOT INCLUDE REYCLING FEE IN YOUR BID LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING JULY 6, 2015, 12:00PM EDUCATION CENTER

More information

The Housing Authority of the Township of Middletown

The Housing Authority of the Township of Middletown The Housing Authority of the Township of Middletown 2 Oakdale Drive, Middletown, NJ 07748 Telephone: (732) 671-2990 Fax: (732) 671-4828 Susan Thomas, Executive Director Request for Proposals Special RAD

More information

BERRIEN COUNTY ROAD DEPARTMENT

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 1 SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 38% It is the intent of the Berrien County Road Department to purchase all or part of its requirements

More information

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

Company Name: Address: Date: OFFICAL SIGNATURE PRINT Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The

More information

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts The Gordon County Board of Commissioners is accepting sealed written bids from qualified vendors to provide Public Works Related Materials and Services. Bid specifications and bid forms are attached. Your

More information

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK Name of Bidder Business Address Phone No. City/State Zip Code TO THE BOARD OF SUPERVISORS OF hereinafter referred to as,

More information

FULTON COUNTY, OHIO 703 Aggregate THURSDAY DECEMBER 4, :00 A.M.

FULTON COUNTY, OHIO 703 Aggregate THURSDAY DECEMBER 4, :00 A.M. FULTON COUNTY, OHIO 703 Aggregate THURSDAY DECEMBER 4, 2014 10:00 A.M. Company Name Contact Person Email Address Street Address City, State Zip Code Phone Fax To be considered a valid bidder, you must

More information

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

HORRY COUNTY SOLID WASTE AUTHORITY, INC. HORRY COUNTY SOLID WASTE AUTHORITY, INC. The Horry County Solid Waste Authority, Inc. is requesting sealed proposal for 8 Yard Dumpster Service. All interested parties can obtain the RFP at www.solidwasteauthority.org.

More information

WATER TREATMENT CHEMICALS

WATER TREATMENT CHEMICALS SPECIFICATIONS FOR WATER TREATMENT CHEMICALS CITY OF GREENVILLE, OHIO for January December 2017 Legal Advertisement NOTICE TO BIDDERS Sealed bids for the purchase of Water Treatment Chemicals for the City

More information

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO BID COVER SHEET JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO **************************************** PROPOSAL CONTRACT DOCUMENTS FOR FIRE STA TION #202 3650 Hoover Road Concrete Rear Replacement

More information

BID PACKAGE for the SCALES REPLACEMENT

BID PACKAGE for the SCALES REPLACEMENT BID PACKAGE for the SCALES REPLACEMENT at the MIAMI COUNTY SANITARY ENGINEERING DEPARTMENT 2200 N COUNTY ROAD 25-A TROY, OHIO 45373 November 2015 on behalf of MIAMI COUNTY BOARD OF COMMISSIONERS JOHN W.

More information

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL SERVICES FOR THE PURCHASE & INSTALLATION OF A NEW VIDEOBOARD SYSTEM AT HUNTINGTON PARK HOME OF THE COLUMBUS CLIPPERS 1) INTENT Franklin County Stadium, Inc., ( FCS, dba Huntington

More information

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

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

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department April 18, 2014 ADDENDUM No. 2 Re: RFP No., 13-14/26 Bond Underwriting Services PERALTA COMMUNITY

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

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

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS Sealed bids will be received in the Jefferson Parish Sheriff s Purchasing Department,

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

GORDON COUNTY BOARD OF COMMISSIONERS COPIER BID. Company Name: Authorized Proposer: Date

GORDON COUNTY BOARD OF COMMISSIONERS COPIER BID. Company Name: Authorized Proposer: Date Company Name: Authorized Proposer: Date Where is the location of your service organization assigned to handle this account. Is the service location servicing this account owned and a part of your Company?

More information

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 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 information

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

HORRY COUNTY SOLID WASTE AUTHORITY, INC. HORRY COUNTY SOLID WASTE AUTHORITY, INC. The Horry County Solid Waste Authority, Inc. is requesting qualified firms to provide a turnkey service for the disposal of household hazardous waste. Specifications

More information

Tax Credit Consultant

Tax Credit Consultant Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Telephone: # 732-787-6151 / Fax: # 732-787-5204 JUDY FERRARO Chairperson MARY FOLEY Vice-Chairperson YOLANDA ANN COMMARATO

More information

INVITATION TO BID The Lodge Indoor Pool Deck Chairs

INVITATION TO BID The Lodge Indoor Pool Deck Chairs INVITATION TO BID The Lodge Indoor Pool Deck Chairs The City of Des Peres is soliciting bids for seventy-five indoor pool deck chairs for The Lodge Des Peres. Bids will be accepted until 1:30 pm on Tuesday,

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

TOWN OF ROCKLAND. Request for Proposal SNOW & ICE REMOVAL

TOWN OF ROCKLAND. Request for Proposal SNOW & ICE REMOVAL TOWN OF ROCKLAND BROWN COUNTY, WISCONSIN Request for Proposal SNOW & ICE REMOVAL Issued February 23, 2015 DEADLINE 12:30 PM Monday, March 16, 2015 CONTACT: DENNIS CASHMAN CHAIRMAN 1712 BOB-BEA-JAN ROAD

More information

INVITATION PLEASE REFER TO BID NO TO BID

INVITATION PLEASE REFER TO BID NO TO BID INVITATION PLEASE REFER TO BID NO. 2018-012 TO BID BID DATE: 01/25/18 TO: VENDOR NAME: ADDRESS: QUOTE NOT LATER THAN: 02/28/2018 BY 4:00 PM (EST) FROM: PURCHASING DEPARTMENT COUNTY OF BERRIEN, MICHIGAN

More information

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

PROPOSAL FOR LIQUID CALCIUM CHLORIDE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR LIQUID CALCIUM CHLORIDE BID OPENING: Tuesday, April 19, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES I. PURPOSE AND INTENT The City of Easton (hereinafter City ) is currently seeking proposals from qualified Third-Party Agencies (hereinafter

More information

INVITATION TO BID NO. 15/ AO CHEMICAL APPLICATION SERVICES. Table of Contents

INVITATION TO BID NO. 15/ AO CHEMICAL APPLICATION SERVICES. Table of Contents INVITATION TO BID NO. 15/16-017 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

More information

BID FOR LUMP SUM CONTRACT

BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

More information

HOUSEHOLD HAZARDOUS WASTE PROGRAM

HOUSEHOLD HAZARDOUS WASTE PROGRAM MINIMUM SPECIFICATIONS FOR HOUSEHOLD HAZARDOUS WASTE PROGRAM FOR CATTARAUGUS COUNTY DEPARTMENT OF PUBLIC WORKS REFUSE DIVISION OFFICE OF THE CLERK CATTARAUGUS COUNTY LEGISLATURE 303 Court Street Little

More information

LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT

LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT 2019-18 LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT DESCRIPTION This work shall consist of one or more applications of bituminous material applied to the prepared surface and

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

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

More information

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS BID NO. 18-4673 GASOLINE AND DIESEL FUEL DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS Purchasing Department 426 Locust Street Modesto, CA

More information

Office Janitorial Services at One Administration Building

Office Janitorial Services at One Administration Building REQUEST FOR QUOTES - SERVICES CONTRACT Office Janitorial Services at One Administration Building Contract Number: 18-S-0024 NO PRE-BID MEETING FOR THIS REQUEST Contract Administrator: RON HANIUK PH: 541-682-2583

More information

OSWEGO COUNTY PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315)349-8307 Fax (315)349-8308 Email: dstevens@oswegocounty.com Daniel H. Stevens Amber Sweeting

More information

Replace Transmission - Bulldozer

Replace Transmission - Bulldozer Replace Transmission - Bulldozer Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org Replace Transmission Bulldozer

More information

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION Page 1 OF 6 ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION DEPARTMENT OF TRANSPORTATION POLICY It is the policy of the Department of Transportation that socially and economically disadvantaged

More information

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT The OWNER will require supporting evidence regarding Bidder s Qualifications and competency. The Bidder will be required to furnish all of the applicable

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS CITY OF NORTH KANSAS CITY, MO Department of Public Works 2010 Howell Street North Kansas City, Missouri 64116 Telephone: (816) 274-6004 ADVERTISEMENT FOR BIDS Sealed bids for: Construction of a New Parks

More information

Suite 300 Tenant Improvement

Suite 300 Tenant Improvement BID FORM FOR: Suite 300 Tenant Improvement UNIVERSITY OF CALIFORNIA Office of the President Sacramento, CA 95814 February 19, 2014 BID TO: Pamela Madison, Space Planning Manager University of California,

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

Attachment A Required Submission Documents BIDDER INFORMATION

Attachment A Required Submission Documents BIDDER INFORMATION Company Name: BIDDER INFORMATION Company Address: Authorized By (typed or printed name): Title: Authorized Signature: Date: Telephone Number: Fax Number : Email Address: Company s Web Page: Remit to Name:

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

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

More information

INSTRUCTIONS TO BIDDERS

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

More information

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

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

More information

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

CITY OF MIAMI OKLAHOMA OFFICE OF THE PURCHASING AGENT

CITY OF MIAMI OKLAHOMA OFFICE OF THE PURCHASING AGENT 1 ` CITY OF MIAMI OKLAHOMA OFFICE OF THE PURCHASING AGENT RFQ (Formal Bid) Bid #C18-36 Annual, Bulk Oil Tuesday, Oct. 17, 2017 1. Sealed bids will be received by Krista Duhon, Purchasing agent for the

More information

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

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

More information

CITY OF MIAMI OKLAHOMA OFFICE OF THE PURCHASING AGENT

CITY OF MIAMI OKLAHOMA OFFICE OF THE PURCHASING AGENT 1 ` CITY OF MIAMI OKLAHOMA OFFICE OF THE PURCHASING AGENT RFQ (Formal Bid) Bid #C18-37 Annual, Bermuda Sod Oct. 17, 2017 1. Sealed bids will be received by Krista Duhon, Purchasing agent for the City of

More information

RETIREE HEALTH BENEFITS TRUST

RETIREE HEALTH BENEFITS TRUST RETIREE HEALTH BENEFITS TRUST Request for Qualifications and Proposals (RFQ/P) #566 for Legal Services - Retiree Benefits Trust Fund Program REQUEST FOR QUALIFICATIONS and PROPOSALS (RFQ/P) #566 for Legal

More information

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services OXNARD UNION HIGH SCHOOL DISTRICT Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services The Oxnard Union High School District ( District ) is seeking Statements of Qualifications

More information

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM Sealed bids will be received at the office of the Shiawassee County Road Commission at 701 W. Corunna Avenue, Corunna, Michigan

More information

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT CPL 14064.08 BID FORM SECTION 00 300-1 BID FORM BID NUMBER: CH2019-001Dev SUBMITTAL DATE: BY: (Bidder) PROJECT DESCRIPTION: The project consists of the construction of a sidewalk and associated grading,

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

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

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

More information

1. Please replace the Asphalt Materials Quotation packet dated April 3, 2017 with the attached specifications dated April 10 th.

1. Please replace the Asphalt Materials Quotation packet dated April 3, 2017 with the attached specifications dated April 10 th. County Engineer Environmental Engineer Building Department 233 W. Sixth Street Marysville, Ohio 43040 P 937. 645. 3018 F 937. 645. 3161 www.co.union.oh.us/engineer Marysville Operations Facility 16400

More information

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

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

More information

Winner Area Weed Spraying I-391, PCN i5fw; 000P-391, PCN i5fx; 000N-391, PCN i5fy; 000P-392, PCN i5g0; 000N-392, PCN i5g1

Winner Area Weed Spraying I-391, PCN i5fw; 000P-391, PCN i5fx; 000N-391, PCN i5fy; 000P-392, PCN i5g0; 000N-392, PCN i5g1 SPECIFICATIONS: 1. The Contractor does hereby agree to furnish the necessary equipment, materials and labor to control the growth of declared noxious weeds within the right-of-way of state highway routes

More information

BID PROPOSAL FOR OLD TROY PIKE BRIDGE REHABILIATION CHP-CR (PID 98684)

BID PROPOSAL FOR OLD TROY PIKE BRIDGE REHABILIATION CHP-CR (PID 98684) BID PROPOSAL FOR OLD TROY PIKE BRIDGE REHABILIATION CHP-CR193-12.62 (PID 98684) Bidder: Address: Telephone No.: Fax No.: Federal ID #: E-mail Address: Project Description: For improving section CHP-CR193-12.62

More information

SPECIFICATIONS AND BID PROPOSAL FOR SEAL COAT GRADE ASPHALT EMULSION TO THE BOARD OF COUNTY COMMISSIONERS HENRY COUNTY, OHIO

SPECIFICATIONS AND BID PROPOSAL FOR SEAL COAT GRADE ASPHALT EMULSION TO THE BOARD OF COUNTY COMMISSIONERS HENRY COUNTY, OHIO SPECIFICATIONS AND BID PROPOSAL FOR SEAL COAT GRADE ASPHALT EMULSION TO THE BOARD OF COUNTY COMMISSIONERS HENRY COUNTY, OHIO FOR THE HENRY COUNTY HIGHWAY DEPARTMENT BIDS WILL BE RECEIVED May 19, 2016 10:00

More information

VACANT/ABANDONED PROPERTY GRASS CUTTING Request for Proposals

VACANT/ABANDONED PROPERTY GRASS CUTTING Request for Proposals VACANT/ABANDONED PROPERTY GRASS CUTTING Request for Proposals CITY OF FAIRFIELD BUILDING & ZONING DIVISION 5350 PLEASANT AVENUE FAIRFIELD, OH 45014 (513) 867-5318 FAX: (513) 867-5310 Job Description: Grass

More information

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

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

More information

5. BID FORMS TABLE OF CONTENTS

5. BID FORMS TABLE OF CONTENTS 5. BID FORMS TABLE OF CONTENTS SECTION 1 BID FORM SECTION 2 BID DATA FORMS 2.A LIST OF PROPOSED SUBCONTRACTORS 2.B BID BOND SECTION 3 NON-COLLUSION AFFIDAVIT SECTION 4 BIDDER INFORMATION FORM 4.A INFORMATION

More information

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2 City of Cartersville P.O. Box 1390 1 North Erwin Street Cartersville, GA 30120 DATE: October 5, 2017 TO: FROM: RE: Automobile Dealers Fleet Sales Personnel Tom Rhinehart, Finance Director Vehicle Bids

More information

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

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

More information

Bids received after the appointed date set for receipt will be returned unopened.

Bids received after the appointed date set for receipt will be returned unopened. REQUEST FOR PROPOSAL (RFP) Item(s) up for Bid: Screen Printing and Embroidery Vendor Ripken Pigeon Forge LLC, (RPF) dba The Ripken Experience Pigeon Forge, (Temporary Mailing Address) Ripken Baseball C/O

More information

2. Develop recommendations and best practices for the District to following in serving these students.

2. Develop recommendations and best practices for the District to following in serving these students. Homeless & Food Insecurity Services RFQ XXX Due no later than: Add Date, 2017 by 4pm to Purchasing, 33 Gough Street, San Francisco, CA 94103 khennig@ccsf.edu City College of San Francisco seeks a contractor(s)

More information

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

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

More information

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE Book No. BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE SUBMITTED BY: City of Oneida 109 North Main Street Oneida NY 13421 TABLE OF CONTENTS PAGE ADVERTISEMENT - INVITATION TO BID A - 1 INSTRUCTIONS

More information

Field 6 Fence Phase 1

Field 6 Fence Phase 1 City of Bishop, California Bidding Information and Contract Documents for Field 6 Fence Phase 1 in the City of Bishop, County of Inyo, California 22 June 2017 Approved: David Grah Director of Public Works

More information

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 PUBLIC WORKS DEPARTMENT BID FORMS FOR ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL

More information

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 PUBLIC WORKS DEPARTMENT BID FORMS FOR 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

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

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

More information

INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY

INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY LILLINGTON, NORTH CAROLINA QUOTE # SW001 2005 INVITATION TO BID FOR A TRACTOR AND PULL TYPE SCRAPER Sealed bids will

More information

City of Newnan, Georgia

City of Newnan, Georgia City of Newnan, Georgia Invitation to Bid Mill & Resurfacing of Various Streets- 2017 Issue Date: May 25, 2017 Issued By: Inquiries: Proposals Due: Bid Opening: City of Newnan Public Works Department 25

More information

Request for Services Evaluate Cell Tower Lease Rates

Request for Services Evaluate Cell Tower Lease Rates Request for Services Evaluate Cell Tower Lease Rates Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org Cell

More information

Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ Phone: (732) Fax: (732)

Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ Phone: (732) Fax: (732) Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ 08904 Phone: (732) 572-4420 Fax: (732) 985-6485 Donna Brightman, Executive Director REQUEST FOR PROPOSALS for CONCRETE

More information

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Paving Materials - Signs

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Paving Materials - Signs The Gordon County Board of Commissioners is accepting sealed written bids from qualified vendors to provide Paving and Related Materials and Services. Bid specifications and bid forms are attached. Your

More information

City of Bowie Requests for Proposals 2019 Private Property Lawn Maintenance and Cleanup Services

City of Bowie Requests for Proposals 2019 Private Property Lawn Maintenance and Cleanup Services City of Bowie Requests for Proposals 2019 Private Property Lawn Maintenance and Cleanup Services The City of Bowie hereby solicits expressions of interest for certain private property maintenance services

More information

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REF #242013RFPSW DUE DATE: 4:00 PM, February 19, 2013 Luzerne County

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

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

More information

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912) INVITATION TO BID The Ware County Board of Commissioners is now accepting sealed bids for the purchase of Bulk Oil, Lubricants and Fluids for the Ware County Vehicle Maintenance Department. Ware County

More information

SUWANNEE 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 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 information

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

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

More information

Housing Authority of the Borough of Keansburg

Housing Authority of the Borough of Keansburg Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Telephone: # 732-787-6151 / Fax: # 732-787-5204 JUDY FERRARO Chairperson MARY FOLEY Vice-Chairperson YOLANDA ANN COMMARATO

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total 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 information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

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

More information

Specifications 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 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 information

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 PUBLIC WORKS DEPARTMENT BID FORMS FOR CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT

More information

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

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

More information

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or  me directly. Invitation to Bid To whom this may concern: Galway Co op/propane4less.com is a cooperative originally formed with 14 members in Galway, New York in May of 2006. Today we have over 1,900 members and cover

More information

PROPOSAL FOR 2017 MINERAL WELL BRINE

PROPOSAL 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 information

Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ Telephone: # / Fax: #

Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ Telephone: # / Fax: # Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Telephone: # 732-787-6151 / Fax: # 732-787-5204 JUDY FERRARO Chairperson DIANE NELSON Vice-Chairperson YOLANDA ANN COMMARATO

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment &

ARKANSAS 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 information