REQUEST FOR PROPOSAL-FS FOR TWO (2) NEW CUSTOM FIRE PUMPER APPARATUS

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL-FS FOR TWO (2) NEW CUSTOM FIRE PUMPER APPARATUS"

Transcription

1 REQUEST FOR PROPOSAL-FS FOR TWO (2) NEW CUSTOM FIRE PUMPER APPARATUS Purpose: The City of Palm Coast is Notice is hereby given that the City of Palm Coast, Florida is accepting sealed proposals to be received NO LATER THAN 2:00 p.m., May 30, 2006, to purchase (2) New Fire Custom Apparatus (Pumper) to used as part of the City of Palm Coast fleet. Instructions to Bidders: Submittal: Any firms desiring to provide the required services must submit their bid in a sealed envelope marked: RFP-FS Invitation to Bid-FS Custom Fire Pumper Apparatus Fire Services on the outside of the envelope. The proposals will be received until 2:00 PM on Monday, May 30, Mail or deliver all proposals to Brian Rothwell, Purchasing Manager, City of Palm Coast, 2 Commerce Blvd. Palm Coast, FL Proposals received after the date and time specified will be returned unopened. The City will not be responsible for late deliveries due to mail or other delays. Questions regarding the Proposals: Questions related to the proposals should be directed to Brian Rothwell, Purchasing Manager, City of Palm Coast, 2 Commerce Blvd., Palm Coast, FL Inquiries related to the work scope, clarification or correction must be in writing by fax, mail, etc. and received no later than close of business on May 23, 2006, to allow adequate time for response and/or addendum. Please do not contact any other staff member of the City, except the above, with regard to this RFP. All inquiries will be routed to the appropriate staff member for response. 1

2 Terms and Conditions: 1. The City reserves the right to reject any and all proposals, with or without cause, to waive technical errors and waive informalities and make award to / negotiate with the firm whose bid best serves the interest(s) of the City. 2. The City reserves the right to clarification of information and to request additional information from one or more Bidders. 3. Any bid may be withdrawn until the date and time set above for the submission of the proposals. Any bid not so withdrawn shall constitute an irrevocable offer for a period of ninety (90) days to provide to the City the services set forth in this RFP, or until one or more of the proposals have been awarded. 4. Costs related to the preparation of a response to the RFP are solely those of the Bidder, and the City assumes no responsibility for any such costs incurred by the Bidder. 5. Public Entity Crimes. A person or affiliate who has been placed on the convicted Bidder list following a conviction for a public entity crime may not submit a bid or bid on a contract to provide any goods or services to a public entity, may not submit a bid or bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals or proposals 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 Florida Statutes Section , for category two for a period of thirty six (36) months from the date of being placed on the convicted Bidder list. The Bidder shall provide a certification of compliance regarding the public crime requirements. 6. Drug Free Workplace. The Bidder shall certify that the firm has a drug free workplace policy in accordance with Section , Florida Statutes. Failure to submit this certification shall result in the rejection/disqualification of your bid. 7. All forms in the attached Appendix must be completed, signed and returned with the Bidders bid. A. The City shall have the right to terminate its bid without cause with a hundred twenty (120) day written notice to the other party. The City reserves the right to terminate any bid for cause with a five (5) day written notice to the Bidder. Notice shall be served to the parties as specified in the bid. B. Legal Fees: The City shall be entitled to recover any and all legal costs including attorney fees it may incur. C. Escalation Cost: The bid price set forth in this bid has been calculated based on the current prices for the goods and/or services that are the subject of this Bid. However, the market for the goods and/or services that pertain to this Bid may be volatile on the basis of fuel costs 2

3 and sudden and substantial price increases could occur. The CONTRACTOR agrees to use its best efforts to obtain the lowest possible prices from fuel suppliers, but should there be a substantial and prejudicial increase in fuel prices for fuel that is purchased after execution of this Bid which fuel prices directly and materially relate to the pricing of the goods and/or services provided for in this Bid, the CITY agrees, upon written request from the CONTRACTOR, to consider a reasonable adjustment to the prices set forth in this Bid based upon the following index: Engineering News Record, Construction Cost Index, etc.. Any claim by the CONTRACTOR for a price increase, as provided above, shall state, with specificity, the increased cost, the product in question, and the source of supply, and shall be supported by invoices or bills of sale and such other information as may be required by the CITY. Only one (1) such request from the CONTRACTOR will be considered in each calendar year period. The decision of the CITY shall be final. D. Term of Contract: The initial term of the bid shall be for a period of two (2) years. After the two (2) year initial term, the contract shall automatically renew annually for one additional years. The maximum term for the contract and all renewals is a cumulative term of three (3) years. Should the City wish to not have the contract automatically renewed, the City shall provide written notice ninety (90) days prior to the automatic renewal. AWARD Award shall be made to the responsible proposer whose proposal is determined in writing to be the more advantageous to the City taking into consideration price and the evaluation factors set forth in the Request for Proposals. The award of a contract shall be the sole discretion of the City. The award shall be based on the evaluation of all information as the City may request. The City reserves the right to accept or reject any or all proposals in whole or in part and to waive any informality in the RFP. Further, the City reserves the right to enter into a contract deemed to be in its best interest. DEMONSTRATIONS The City reserves the right to require demonstrations, tests and certifications to determine quality or suitability of the apparatus proposed by the proposer. The purchasing agent or a designated City representative shall have the right to conduct such tests as may seem useful and reserves the right to make all evaluations. Such factors which may be brought out through a demonstration as in the City's interest may be considered in the decision to select a proposer. SPECIFICATIONS FOR PUMPER The City of Palm Coast desires proposals from qualified manufacturers of Custom Fire Pumper Apparatus. The City is interested in entering a contract for two (2) such vehicle as outlined in this RFP. The intent of this RFP is in no way to exclude or restrict any one manufacturer, it is instead designed to allow each proposer to show and tell the City of Palm Coast what it can provide. The City will also consider any pumper that is already manufactured and has been used as a demonstration unit as long as it meets the City s minimum requirements listed in this proposal. 3

4 The following conditions must be met and proposals will be rejected without further Consideration unless: 1. The manufacturer s / re-seller s vehicle being proposed meets or exceeds the latest applicable NFPA standards in construction, safety and performance. 2. A clearly marked price and delivery date is set forth in the proposal that will be agreed to in the City s contract. 3. Detailed specifications relating the vehicle being proposed are provided to the City. INTENT OF SPECIFICATIONS It is the intent of the City to receive all information as requested herein to determine which apparatus has the highest safety factors and performance standards available in order to provide the safest and most effective apparatus to the firefighters and citizens of the City consistent with the financial requirements of the City. With a view toward obtaining the best possible results and the most acceptable pumper for service, these specifications cover only the general requirements as to the type of construction and tests to which the pumper must conform. Minor details of construction and materials where not otherwise specified are left to the discretion of the proposer who shall be solely responsible for the design and construction. The City is depending upon the expertise of the proposer to design all the features, characteristics, safety and operational considerations necessary for the intended particular purpose for which it is meant. The apparatus shall conform fully to National Fire Protection Association Standard for Automotive Fire Apparatus #1901 in its most recent edition and in its entirety. Each proposal must to be accompanied by a set of detailed specifications of the apparatus and equipment proposed. Specifications shall include size, location, type, and model of all component parts being furnished. Detailed information shall be provided on the materials used to construct all facets of the apparatus. Any proposer who fails to submit detailed construction specifications, or submits a letter only or generic manufacturer's literature only shall be considered non-responsive and shall have render their proposal ineligible for award. If more than one (1) pumper is proposed, each fire truck shall have it s own complete submittal. A line drawing of the general fire truck being offered shall be supplied. All major components must be built and assembled in the continental United States including the engine, transmission, cab, chassis, pump, body, water tank, and aerial device. EXCEPTIONS TO SPECIFICATIONS In the interest of obtaining the best possible pumper available, and recognizing that the City depends upon the expertise of the proposer to supply that product which best suits the particular purpose intended by the City, exceptions which are substantially equal or better than the specifications will be considered. To be considered the proposer shall provide an attached listing of all exceptions with explanations of the intent. Failure to provide this listing, or of not including all exceptions on this listing may be cause for the rejection of the respective proposal. Proposers shall submit a detailed specification showing complete information on the unit proposed. Failure to do so may be cause for rejection of the proposal. 4

5 The City will not consider exceptions which lower the quality of the pumper. Attempts to become "low proposer" by supplying less expensive components are not acceptable and will be considered "nonresponsive". DELIVERY The proposer shall state the time required for the completed units in calendar days from the date of contract award on the proposal page. The City s contract shall provide for liquidated damages of $ a day for each day the pumper delivery exceeds the delivery stated on the proposer's proposal. The completed unit shall be delivered to the City of Palm Coast over the road under their own power by a qualified delivery engineer. The delivery engineer shall conduct training for the customer to insure the customer is familiar with the unit. Training shall be conducted at the customer's location and shall cover maintenance, care, operation, and safety considerations. The manufacturer / re-seller shall supply, at the time of delivery, complete operation and maintenance manuals covering the completed apparatus as delivered. The pumper shall be completely equipped as per these specifications upon arrival and upon completion of the required tests shall be ready for service. Any and all alterations required at the scene of delivery or testing to meet requirements outlined in the specifications shall be done at the proposer's expense. THE CITY OF PALM COAST WILL CONSIDER THE SPECIFIED DATE OF DELIVERY IN DETERMINING THE AWARD OF CONTRACT. IT IS EXPECTED THAT 270 DAYS FROM AWARD IS MAXIMUM TIME THE CITY WILL CONSIDER UNLESS CIRCUMSTANCES DICTATE OTHERWISE. LIQUIDATED DAMAGES TIME IS OF THE ESSENCE. Failure of the successful proposer to deliver an acceptable and ready to load and use fire truck will result in damages being sustained by the City. Such damages are, and will continue to be, impracticable and extremely difficult to determine. For each consecutive calendar day in excess of the time specified for delivery, the proposer shall pay to the City, or have withheld from monies due it, the sum of $ Submittal of a signed proposal under these specifications shall constitute agreement by the City and the proposer that this amount per day is the minimum value of costs and actual damage caused by the failure of the successful proposer to deliver an acceptable pumper within the allotted time, that such sum is liquidated damages and shall not be construed as a penalty, and that such sum may be deducted from payments due the proposer if such delays occurs. Permitting the successful proposer to continue to work on the pumper or its systems, or parts thereof after the 270 days shall in no way operate as a waiver on the part of the City of any of its rights. Payment of liquidated damages shall not release the proposer from obligations in respect to the fulfillment of the entire contract, nor shall the payment of such liquidated damages constitute a waiver of the City's right to collect any additional damages which may be sustained by failure to the proposer to perform, it being the intent of the parties that said liquidated damages be full and complete payment only for failure of the proposer to deliver on time. 5

6 WARRANTY The warranty or warranties relating to the pumper will be considered in the evaluation of proposals and is important to the City. Please provide complete warranty information including optimal extended warranties available. Warranties, extended warranties, brochures, or other attachments must be identified and attached as part of your submission with the Request For Proposals number, and name of company submitting the proposal. Complete warranty information including any optional extended warranties shall be provided with the proposal. The proposer shall indicate policies, procedures and locations of warranty service facilities. QUALITY OF WORKMANSHIP The design of the pumper must embody the latest approved automotive engineering practices. The workmanship must be of the highest quality in its respective field. Accessibility of the various components which require periodic maintenance, ease of operation (including pumping and driving) is required. Construction shall be rugged and ample safety factors shall be provided to carry the loads specified both on and off road under the conditions set forth under Performance Tests and requirements. GENERAL CONSTRUCTION The pumper shall be designed with due consideration to distribution of load between the front and rear axles. Weight balance and distribution shall be in accordance with the recommendations of the International Association of fire Chiefs and National Fire protection Association. PEFORMANCE TESTS AND REQUIREMENTS A road test shall be conducted with the pumper fully loaded and a continuous run of ten (10) miles or more shall be made under all driving conditions, during which the pumper shall show no loss of power or overheating. The transmission drive shaft(s) and rear axles shall run quietly and shall be free from abnormal vibration or noise throughout the operating range of the pumper. A. The pumper, when fully equipped and loaded, shall not have less than 25% nor more than 45% of the weight on the front axle, and not less than 55% nor more than 75% on the rear axles. B. The pumper must be capable of accelerating to 35 mph from a standing start within 30 seconds on a level concrete highway without exceeding the maximum governed rpm of the engine. C. The service brakes shall be capable of stopping the fully loaded vehicle in 35 feet at 20 mph on a level concrete highway. 6

7 D. The pumper, fully loaded, shall be capable of obtaining a speed of 65 mph on a level concrete highway with the engine not exceeding its governed RPM (full loads). E. Prior to acceptance must meet requirements or certification test in accordance with NFPA Test to be performed by third party company. F. City reserves the right to perform other tests as it seems fit to demonstrate suitability and workmanship. IN-PLANT INSPECTIONS The City reserves the right to inspect the production of the pumper in its various stages during normal working hours at the plant. As many as 4-5 officials may call at various times, usually with some notice to observe, inspect and consult on City preferences. Please include on a separate page, but included in the total price, the expense incurred by the successful proposer on providing airline travel (provided its necessary), at least two nights stay at a hotel, and three days worth of meals for an inspection party of three. The City upon awarding a contract will have at its sole discretion as to whether or not the proposer will pay for the City s traveling expenses. If the City chooses to pay its own expenses then those costs will be subtracted from the total contract price. A. CAB AND CHASSIS CUSTOM PUMPER SPECIFICATIONS Six (6) person full tilt aluminum cab pumper 186 Wheel base Front tow hooks Rear tow loops- heavy duty Anti-lock brakes (ABS) Steel disc wheels 5 hole 50 gallon steel fuel tank Alternator Leece Neville 320 amp minimum Radio compartment Bostrom 915 air driver s seat with SCBA Bostrom tanker seat for officer with SCBA Rear seating 4 SCBA; 2 rear, 2 forward Heater/defroster 57,000 BTU. Two cab defrost fans, dash mounted Air conditioner, minimum 66,000 BTU Tilt and telescoping steering wheel 7

8 Battery charging plug Step and under hood lights Cab and interior dome lights 12V supply I dash Dual Grover air horns/lanyard control Two-tone cab paint Weatherproof outlets, one on each side of rear cab for tripod mounted flood lights Battery charger, conditioner, air compressor, combo unit Cab to have barrier type doors w/tread-plate wells Rear cab wall to have windows on each side Painted bumper 10 high with chevron striping Scotch Lite Yellow. BUMPER TO BE PAINTED RED WITH ANGLED ENDS ALONG WITH THE CHEVRON STRIPING. Michelin tires Chassis to be painted to match job color Top speed to be 75 MPH Additional speedometer for officer Jumper cable studs Fast idle switch B. BODY Rear pick up spotlights; 1 spot, 1 flood Ground lights Hose body with aluminum slats Hose bed partitions, aluminum 3 Pumper body, aluminum construction Air bottle components (4) fender panel w/cast production door Adjustable shelves smooth aluminum Hydraulic ladder rack 8

9 Hose body capacity: ½ ¾ Vertical hinged full height doors on all compartments except those above rear wheels Four (4) roll out trays Adjustable shelf in all compartments Full rear step across entire rear body All compartments to have locks, keyed alike Body to have extended height sides to accommodate high hose loads Two (2) underbody storage compartments behind rear wheels Rear body to be painted red with yellow Scotch Lite chevrons Captive rollers rear body for hose reel Hinged cover over cross lays C. ENGINE AND TRANSMISSION 400 hp Caterpillar C-0 Diesel engine Allison automatic transmission Vertical exhaust All engine hoses to be silicone Engine exhaust brake D. WATER TANK 750 gal T-type tank poly 30 gal Class B Foam Tank Lifetime tank warranties 9

10 E. PUMP 1250 gallon per minute Hale single stage pump 54 side control pump stand Dry type gauges Large flow gauges to be FRC Insight Ultimate deluge and 3 ½ discharge FRC Pump Boss for CAT engines Stainless steel for ALL plumbing except flex hose, where applicable One (1) 3 deluge riser with TFT 18 Extend-A-Gun Four (4) 2 ½ discharges; 2 LH side, 1 RH side, 1 left rear body One (1) 3 ½ discharge RH side with 5 Storz One (1) 1 ½ discharge front bumper with 90 degree swivel One (1) Booster reel 200, 1 rear compartment with captive rollers Two (2) cross-lays capable of ¾ Two (2) 6 short intakes, 1 on each side One (1) 2 ½ gated intake, LH side One (1) 2 ½ rear direct fill to booster tank, RH rear body, no valve just plug Two (2) hose trays at pump stand; 1 RH side, 1 LH side Fuel gauge at pump panel Air horn push button at pump panel Pump panel to be color coded Pump packing to be adjustable type 2 tank fill Foam Pro 2002 Class B foam system FRC Tank Vision water tank gauge FRC Tank Vision foam tank gauge 10

11 F. LIGHTING AND SIRENS Wiring diagram FRC STYLE M w, 120v Floodlights, WITH FC570 top mount brackets to be installed, one on each side of body above center compartment individual switches for left and right floodlights to be installed both in cab and on pump panel. FRC style M w, 120v floodlights on FC600 Telescoping Tripods, to be mounted on each rear side of cab with FC603-Quick Release tripod mounting bracket set. Whelen NFPA LED warning light package FN72QLED 72 (1)/60R00FRR(6) All running lights to be Whelen LED Federal Q siren to be pedestal mounted to LH front bumper Federal CP100 to be mounted on RH side of bumper Air horns to be recess mounted in front bumper, 1 each side Compartment lights LED stop/tail/directional front and rear Under hood lights Electronic siren Siren brake button for officer and driver Q Siren emergency disconnect switch in cab in case of stuck siren Whelen LED arrow stick recess mounted rear body One (1) 12 circuit Square D circuit breaker box One (1) FRC M10 brow light mounted over center windshield Two (2) L520R receptacles; 1 mounted LH wheel area, 1 mounted rear body One (1) Harrison 6.0 MCR hydraulic generator One (1) ECR cord reel mounted RH side in area over pump 12/3 cable for cord reel connected to 2 50 lengths Cord reel to have captive rollers for cord deployment One (1) cable stoop for cord One (1) junction box 11

12 G. EXTRA EQUIPMENT Two (2) Maintenance manuals Two (2) Parts manuals Approval drawings Duo-Safety #585A, 8 aluminum folding ladder Duo-Safety #775A, 14 aluminum roof ladder Duo-Safety #900A 24 2 section aluminum extension ladder 6 Pike pole w/fiberglass handle Zico collapsible aluminum wheel chocks Mud flaps front and rear booster hose Minimum 10 year structural cab and body warranty Minimum 10 year corrosion perforation warranty Minimum 10 year pain warranty Pump test and certification Delivery to City of Palm Coast Fire Department Delivery Representative, or appointee, to be in Palm Coast for 3 consecutive days of training SUBMITTALS Proposers shall submit one original and six copies of their bound proposals addressing the following: 1. Description of firm and statement of qualifications. This statement must also include any associated firms that would be involved in the manufacturing of the apparatus. 2. Detailed description of the pumper and equipment proposed. Specifications must meet latest NFPA standards (1901) in construction, safety, and performance. 3. Reference list of at least (5) Municipalities that have purchased similar pumpers, to the pumper being proposed. Names, addresses, and telephone numbers are required. 4. Detailed statement showing the commitment of delivery, training, and any after sale service, which might be necessary. 12

13 5. Prices submitted shall be clearly stated so that the City fully understands what will be supplied for at a given figure. Any optional add-on's must be clearly stated in the proposal with prices and clearly marked "OPTIONAL". 6. Warranties of all truck parts and systems. Any optional warranties must be written and prices available. 7. The proposer should discuss discount option to the contract. EVALUATION CRITERIA Evaluation of the proposer shall be based on the following criteria which are listed in the ORDER OF IMPORTANCE: 1. Design of the pumper and the firm's commitment to a delivery schedule. 2. Quality control used by the firm during design and production. 3. Manufacturers demonstrated capabilities and qualifications. 4. Price. 5. References. 6. Warranties. 7. Completeness and clarity of Proposal. During the evaluation period, the City reserves the right to require the proposer to submit such evidence of their qualifications as necessary above and beyond the published proposal requirements. 13

14 REQUEST FOR PROPOSAL-FS FOR TWO (2) NEW CUSTOM FIRE PUMPER APPARATUS Bid Reply - BID NUMBER: RFP-FS City of Palm Coast Financial Services Department Attn: Brian Rothwell 2 Commerce Blvd. Palm Coast, FL The City of Palm Coast reserves the right to reject any and all proposals, to waive informalities, and to accept any proposal as the City, in its sole discretion, determines to be in the best of the City. I hereby certify that I have read and understand the requirements of this Request for Proposal RFP-FS and that I as the bidder, will comply with all requirements, and that I am duly authorized to execute this bid/offer document and any contract(s) and other transactions required by award of this Bid. Company: Address: Telephone: ( ) Fax: ( ) Name: (Typed or Printed in Ink) Signature: Title: Addendum Acknowledgment: 14

15 The proposer acknowledges that the following addenda have been received and are included in this proposal: Addenda Number Date 15

16 APPENDIX FORMS Public Entities Crime Certification Form Conflict of Interest Statement Disputes Disclosure Form Drug Free Workplace Form Statement of Insurance Compliance Form 16

17 SWORN STATEMENT UNDER SECTION (3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to (print name of public entity) by (print individual s name and title) for (print name of entity submitting sworn statement) whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is (if the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement:.) 2. I understand that a public entity crime as defined in Paragraph (1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that convicted or conviction as defined in Paragraph (1)(b), Florida Statutes means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an affiliate as defined in Paragraph (1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term affiliate includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm s length bid, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a person as defined in Paragraph (1)(e) Florida Statutes means any natural person or entity under the laws of any state or of the United States with the legal power to enter into a binding contract and which proposals or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term person includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 17

18 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (indicate which statement applies) Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been Charged with and convicted of a public entity crime subsequent to July 1, However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy Of the final order) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION , FLORIDA STATUTES FOR CATERGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM (Signature) Sworn to and subscribed before me this day of, 20. Personally known Or Produced identification Notary Public State of My commission expires (Type of Identification) (Printed typed or stamped Commissioned name of Notary Public) 18

19 CONFLICT OF INTEREST STATEMENT STATE OF FLORIDA ) COUNTY OF ) ) ss Before me, the undersigned authority, personally appeared, who was duly sworn, deposes and states: I am the of with a local office in, and principal office in. The above named entity is submitting an Expression of Interest for the City of Palm Coast project described as: RFP-FS Custom Fire Pumper Apparatus 1. Diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge. 2. The Affiant states that only one submittal for the above project is being submitted and that the above named entity has no financial interest in other entities submitting Statement of Qualifications for the same project. 3. Neither the Affiant nor the above named entity has directly or indirectly entered into any bid, participated in any collusion or otherwise taken any action in restraint of free competitive pricing in connection with the entity s submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of an bid for this project. 4. Neither the entity nor its affiliates, nor any one associated with them, is presently suspended or otherwise ineligible from participating in contract lettings by any local, State or Federal agency. 5. Neither the entity, nor its affiliates, nor any one associated with them have any potential conflict of interest due to any other clients, contracts, or property interest for this project. 6. I certify that no member of the entity s ownership, management, or staff has a vested interest in any aspect of or Department of the City of Palm Coast. 7. I certify that no member of the entity s ownership or management is presently applying for an employee position or actively seeking an elected position with City of Palm Coast. 19

20 8. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above named entity, will immediately notify the City of Palm Coast in writing. DATED this day of, Affiant Typed Name of Affiant Title Sworn to and subscribed before me this, day of, Personally known OR Produced Identification Notary Public State of (Type of identification) My commission expires (Printed, typed or stamped commissioned name Notary Public) This Form Must Be Completed and Returned with your Submittal. 20

21 DISPUTES DISCLOSURE FORM Answer the following questions by placing an X after YES or NO. If you answer YES, please explain in the space provided or via attachment. Has your firm or any of its officers received a reprimand of any nature or been suspended by the Department of Professional Regulation or any other regulatory agency or professional association within the last five (5) years? YES NO Has your firm or any member of your firm been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? YES NO Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business or any project in which your firm was involved. YES NO If yes, state the nature of the request for equitable adjustment, contract claim or litigation, a brief description of the case, the outcome or status of suit and the monetary amounts or extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of this project: RFP-FS Custom Fire Pumper Apparatus Firm Date Authorized Signature Officer Title Printed of Typed Name This Form Must Be Completed and Returned with your Submittal. 21

22 DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute hereby certifies that Does: (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business s policy of maintaining a drugfree workplace, any available drug counseling, rehabilitation and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are proposed a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee s community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Proposers Signature Date This Form Must Be Completed and Returned with your Submittal. 22

INVITATION TO BID U Directional Boring Utility Department

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

More information

INVITATION TO BID-R Frieda Zamba Pool Renovations

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

More information

Invitation to Bid-B A Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

Invitation to Bid-B A Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Invitation to Bid-B-06-01-A 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 (Fire

More information

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Invitation to Bid-B-05-01 Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Purpose: The City of Palm Coast, Flagler County, Florida is accepting proposals to provide underbrush mowing

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS BAKER COUNTY BOARD OF COUNTY COMMISSIONERS MOSQUITO CONTROL SERVICES BID # 2016-04 BAKER COUNTY BOARD OF COUNTY COMMISSIONERS ADMINISTRATION OFFICE 55 N THIRD STREET MACCLENNY, FL 32063 PHONE: 904-259-3613

More information

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

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

More information

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

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

More information

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

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

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

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

More information

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

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

More information

The Town of Bridgetown Pumper- Tanker Specifications & Instructional Document. Tender ID #

The Town of Bridgetown Pumper- Tanker Specifications & Instructional Document. Tender ID # The Town of Bridgetown Pumper- Tanker Specifications & Instructional Document Tender ID #03022015 GENERAL The Town of Bridgetown is tendering for a Pumper-Tanker to complement its emergency fleet. The

More information

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

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

More information

Request for Qualifications (RFQ) AQUATIC ENGINEER FOR HISTORIC SPRING PARK POOL & INTERACTIVE WATER FEATURE

Request for Qualifications (RFQ) AQUATIC ENGINEER FOR HISTORIC SPRING PARK POOL & INTERACTIVE WATER FEATURE Request for Qualifications (RFQ) AQUATIC ENGINEER FOR HISTORIC SPRING PARK POOL & INTERACTIVE WATER FEATURE RFQ: 04-15-02 Project Name: Aquatic Engineer for Historic Spring Park Pool & Interactive Water

More information

INVITATION TO BID VEHICLE MAINTENANCE AND REPAIRS FOR COUNTY EMS AND FLEET VEHICLES BID #

INVITATION TO BID VEHICLE MAINTENANCE AND REPAIRS FOR COUNTY EMS AND FLEET VEHICLES BID # INVITATION TO BID VEHICLE MAINTENANCE AND REPAIRS FOR COUNTY EMS AND FLEET VEHICLES BID #2016-06 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for 4,300 LF of 12 HDPE DIP DR 11 in 50 LF lengths.

More information

REQUEST FOR PROPOSALS FOR $3,700,000 LINE OF CREDIT NON-REVOLVING TAX-EXEMPT NON-BANK QUALIFIED SPECIAL ASSESSMENTS PROGRAM PROJECT #: LOC-1501

REQUEST FOR PROPOSALS FOR $3,700,000 LINE OF CREDIT NON-REVOLVING TAX-EXEMPT NON-BANK QUALIFIED SPECIAL ASSESSMENTS PROGRAM PROJECT #: LOC-1501 REQUEST FOR PROPOSALS FOR $3,700,000 LINE OF CREDIT NON-REVOLVING TAX-EXEMPT NON-BANK QUALIFIED SPECIAL ASSESSMENTS PROGRAM PROJECT #: LOC-1501 Distributed: December 4, 2015 Responses Due: January 6, 2016

More information

SUBCONTRACTOR PRE-QUALIFICATION STATEMENT

SUBCONTRACTOR PRE-QUALIFICATION STATEMENT SUBCONTRACTOR PRE-QUALIFICATION STATEMENT Instructions: All subcontractor and supplier firms (a.k.a. Subcontractor ) soliciting to bid projects with (hereinafter referred to as Jacquin & Sons ) are required

More information

3B 72) 1.0 INTRODUCTION

3B 72) 1.0 INTRODUCTION 1.0 INTRODUCTION Peace River Manasota Regional Water Supply Authority Request for Statement of Qualifications From s For Regional Integrated Loop System Phase 3B Interconnect Project (Preymore Interconnect

More information

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION Construction Purchasing Department 3661 Interstate Park Rd. N., 2 nd Floor Riviera Beach, FL 33404 Phone:

More information

INVITATION TO BID PW CONTRACTUAL CLEANING SERVICES FOR THE CITY OF PALM COAST, FLORIDA

INVITATION TO BID PW CONTRACTUAL CLEANING SERVICES FOR THE CITY OF PALM COAST, FLORIDA INVITATION TO BID PW-05-05 CONTRACTUAL CLEANING SERVICES FOR THE CITY OF PALM COAST, FLORIDA The purpose of this Invitation to Bid is for contractual cleaning services for the City of Palm Coast buildings

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA RFQ #: 15-Q-055 Due Date: August 7, 2015 @ 3:00 pm Mail Date: July 21, 2015 Buyer: Jesus M. Vieiro 321-567-3733 Respond: 555 South Washington Avenue (PO Box 2806) Titusville, Florida 32796 (32781-2806)

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05 CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05 The City of Fernandina Beach, Florida is accepting competitive sealed bids for the Demolition of one single-family home and construction of new

More information

SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department

SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department Boone County, Kentucky INVITATION FOR BID # 082417PW SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department ACCEPTANCE DATE: Prior

More information

THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM

THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM Pursuant to State Requirements for Educational Facilities, Chapter 4, Section 4.1 Prequalification of Contractors

More information

ITB Document and updates are on the College website:

ITB Document and updates are on the College website: INVITATION TO BID Cosmetology Kits ITB #17-005 INVITATION TO BID ITB 18-005-Welding Equipment Date Issued: October 26, 2017 ITB Document and updates are on the College website: http://www.daytonastate.edu/bussvcs/bids.html

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-09 FLEET DIVISION (Garage, Golf & Airport)

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-09 FLEET DIVISION (Garage, Golf & Airport) CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-09 FLEET DIVISION (Garage, Golf & Airport) INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for annual requirements

More information

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE CITY OF ROCKLEDGE REQUEST FOR PROPOSALS City of Rockledge Classification and Compensation Study RESPONSES ARE DUE BY February 5, 2016 at 4PM EST MAIL OR DELIVER RESPONSES TO: ATT: Corey Harris, HR Coordinator

More information

INVITATION FOR BID PAINTING SERVICES PALATKA HOUSING AUTHORITY

INVITATION FOR BID PAINTING SERVICES PALATKA HOUSING AUTHORITY INVITATION FOR BID PAINTING SERVICES PALATKA HOUSING AUTHORITY The PHA plans to issue an IFB on August 29, 2013 for Painting Services. Sealed bids will be accepted by the Palatka Housing Authority (PHA),

More information

ST. JOHNS RIVER STATE COLLEGE FOUNDATION, INC ST. JOHNS AVENUE PALATKA, FLORIDA (386)

ST. JOHNS RIVER STATE COLLEGE FOUNDATION, INC ST. JOHNS AVENUE PALATKA, FLORIDA (386) ST. JOHNS RIVER STATE COLLEGE FOUNDATION, INC. 5001 ST. JOHNS AVENUE PALATKA, FLORIDA 32177 (386) 312-4270 REQUEST FOR PROPOSAL THE ST. JOHNS RIVER STATE COLLEGE FOUNDATION, INC. IS ACCEPTING SEALED PROPOSALS

More information

REQUEST FOR PROPOSAL INVESTMENT MONITOR/ CONSULTANT

REQUEST FOR PROPOSAL INVESTMENT MONITOR/ CONSULTANT WEST PALM BEACH POLICE PENSION FUND REQUEST FOR PROPOSAL INVESTMENT MONITOR/ CONSULTANT The Board of Trustees of the West Palm Beach Police Pension Fund is seeking proposals from qualified proposers to

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

FORM 1 RESPONDENT S CONTACT INFORMATION. The Respondent shall identify the contact information as described below.

FORM 1 RESPONDENT S CONTACT INFORMATION. The Respondent shall identify the contact information as described below. FORM 1 RESPONDENT S CONTACT INFORMATION The Respondent shall identify the contact information as described below. For solicitation purposes, the Respondent s contact person shall be: For contractual purposes,

More information

CITY OF TITUSVILLE, FLORIDA

CITY 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 information

Town of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ

Town of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ MICANOPY, SEMINOLE CHIEF Town of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ Town Administrator 706 NE Cholokka Blvd. P.O. Box 137 Micanopy, Florida,

More information

REQUEST FOR PROPOSALS FOR THE CITY OF FORT MEADE, FLORIDA. RFP #18-03 Construction Services for City Mobile Home Park:

REQUEST FOR PROPOSALS FOR THE CITY OF FORT MEADE, FLORIDA. RFP #18-03 Construction Services for City Mobile Home Park: REQUEST FOR PROPOSALS FOR THE CITY OF FORT MEADE, FLORIDA RFP #18-03 Construction Services for City Mobile Home Park: Craft Shack/Laundry Building Roofing, Flooring, and related repairs Issued By: Purchasing

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # UTILITIES

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # UTILITIES CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # 16-14 UTILITIES INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for work on the North Fletcher Drainage Project

More information

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER City of Los Banos Public Works Department 411 Madison Avenue Los

More information

( X ) INVITATION FOR BID VENDOR: BID OPENING:

( X ) INVITATION FOR BID VENDOR: BID OPENING: WICOMICO COUNTY PURCHASING DEPARTMENT 125 N. DIVISION STREET, ROOM 205 SALISBURY, MARYLAND 21801 ( X ) INVITATION FOR BID PROJECT: Two (2) 2014 Service Trucks w/ Crane DEPARTMENT: Public Works Solid Waste

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-10 MARINA

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-10 MARINA CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-10 MARINA INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for annual requirements for MARINA GASOLINE AND

More information

BIDDING AND CONTRACT DOCUMENTS ITB

BIDDING AND CONTRACT DOCUMENTS ITB BIDDING AND CONTRACT DOCUMENTS MARTIN LUTHER KING JR. BOULEVARD SIDEWALK EXTENSION HIGHLANDS COUNTY PROJECT NO. 15005 ENGINEERING DEPARTMENT 505 S. COMMERCE AVENUE SEBRING, FLORIDA (863) 402-6877 August

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA RFQ #: 12-Q-035 Due Date: May 25, 2012 @ 3:00 pm Mail Date: April 25, 2012 Buyer: Jesus M. Vieiro 321-383-5815 Respond: 555 South Washington Avenue (PO Box 2806) Titusville, Florida 32796 (32781-2806)

More information

GASOLINE POWERED, ¾ TON 4X4 EXTENDED CAB WITH LONG BOX PICK-UP TRUCK For the Boone County Parks & Recreation Department

GASOLINE POWERED, ¾ TON 4X4 EXTENDED CAB WITH LONG BOX PICK-UP TRUCK For the Boone County Parks & Recreation Department Boone County, Kentucky INVITATION FOR BID #012216PKS GASOLINE POWERED, ¾ TON 4X4 EXTENDED CAB WITH LONG BOX PICK-UP TRUCK For the Boone County Parks & Recreation Department ACCEPTANCE DATE: Prior to 2:00

More information

Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA NOTICE OF SOLICITATION INVITATION TO BID

Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA NOTICE OF SOLICITATION INVITATION TO BID Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA 20458 NOTICE OF SOLICITATION INVITATION TO BID The Bulloch County Board of Commissioners (herein after referred to as Bulloch County

More information

INVITATION TO BID ISSUE DATE: Nov. 17, 2015

INVITATION TO BID ISSUE DATE: Nov. 17, 2015 INVITATION TO BID ISSUE DATE: Nov. 17, 2015 City of Fort Walton Beach, Florida BID NO: ITB 16-002 Purchasing Division 105 Miracle Strip Pkwy SW OPENING DATE: Dec. 15, 2015 Fort Walton Beach, Florida 32548

More information

INVITATION TO BID. ITB WDSC-TV Cameras

INVITATION TO BID. ITB WDSC-TV Cameras INVITATION TO BID ITB 18-017 WDSC-TV Cameras Date Issued: May 11, 2018 Daytona State College is seeking bids from qualified firms to provide (services/equipment). Details and requirements needed by the

More information

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above. AGREEMENT BETWEEN DEPARTMENT AND CONTRACTOR STATE PROJECT NO.: STATE MINORITY VENDOR DESIGNATION DRAWINGS: FDACS PROJECT NAME AND LOCATION: SPECIFICATIONS: THIS AGREEMENT made this day of in the year.

More information

Bid Chevrolet Silverado 2500HD 4WD Crew Cab 167.7" Work Truck INVITATION TO BID

Bid Chevrolet Silverado 2500HD 4WD Crew Cab 167.7 Work Truck INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Fire Department Bid 23-14 2014 Chevrolet Silverado 2500HD 4WD Crew Cab 167.7" Work Truck INVITATION TO BID Sealed bid proposals, plainly marked City of Portsmouth

More information

Glenwood/Bell Street Well Pump and Piping Construction

Glenwood/Bell Street Well Pump and Piping Construction SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park

More information

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 one (1) 2016 Dump Truck for use by the Ware County Public Works Department. Ware County has no

More information

1.0 INTRODUCTION. Request for Qualifications Phase 1 Interconnect Project Directional Drill Subcontractor Page 1 of 21

1.0 INTRODUCTION. Request for Qualifications Phase 1 Interconnect Project Directional Drill Subcontractor Page 1 of 21 1.0 INTRODUCTION Peace River Manasota Regional Water Supply Authority Request for Statement of Qualifications From s For Regional Integrated Loop System Phase 1 Interconnect Project (U.S. 17 to Punta Gorda)

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) Purchasing Division INVITATION TO BID (ITB) 18-038 CONCRETE CULVERTS (Annual Bid) April 2018 TABLE OF CONTENTS INVITATION...3 SECTION I. GENERAL TERMS AND CONDITIONS... 4 SECTION II. THE COUNTY S RESERVATION

More information

Request for Proposal

Request for Proposal H. INVITATION TO BID ATC Water Chiller ITB #17-003 Request for Proposal RFP #18-002: Food Service Consultant Date Issued: November 1, 2017 Daytona State College is seeking proposals for a Food Service

More information

ESCAMBIA COUNTY FLORIDA REQUEST FOR LETTERS OF INTEREST

ESCAMBIA COUNTY FLORIDA REQUEST FOR LETTERS OF INTEREST ESCAMBIA COUNTY FLORIDA REQUEST FOR LETTERS OF INTEREST Supervisor of Elections Navy Boulevard Warehouse Renovations AE Selection Solicitation Identification Number PD 17-18.010 Letters of Interest Will

More information

Invitation to Bid Network/Communication Systems Cabling, Maintenance and Supplies /2016

Invitation to Bid Network/Communication Systems Cabling, Maintenance and Supplies /2016 Invitation to Bid Network/Communication Systems Cabling, Maintenance and Supplies 5-2015/2016 Due: August 20, 2015, @ 2:00 PM, Local Time Pensacola State College is soliciting sealed bids for the above

More information

FRANKLIN COUNTY EMERGENCY MANAGEMENT FRANKLIN COUNTY, FLORIDA

FRANKLIN COUNTY EMERGENCY MANAGEMENT FRANKLIN COUNTY, FLORIDA FRANKLIN COUNTY EMERGENCY MANAGEMENT FRANKLIN COUNTY, FLORIDA REQUEST FOR QUALIFICATION FOR EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES The Board of County Commissioners

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for STREET ASPHALT PAVING & PATCHING.

More information

BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB REMODELING FOR PROBATION & PAROLE LEASE PROJECT NO For

BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB REMODELING FOR PROBATION & PAROLE LEASE PROJECT NO For BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB 18-039 REMODELING FOR PROBATION & PAROLE LEASE PROJECT NO. 17015 For Highlands County Board of County Commissioners The Lunz Group, Inc. 58 Lake Morton Drive

More information

Request for Quotation

Request for Quotation City Hall 501-3 rd Ave., Box 190 Fernie, BC V0B 1M0 www.fernie.ca Request for Quotation PICK UP TRUCK Issue Date: December 13, 2016 Quotations marked Quotation will be received at the City of Fernie, City

More information

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

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

More information

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

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

More information

CONTRACTOR PRE-QUALIFICATION APPLICATION FORM

CONTRACTOR PRE-QUALIFICATION APPLICATION FORM The School Board of Broward County, Florida Abby M. Freedman, Chair Nora Rupert, Vice Chair Robin Bartleman Heather P. Brinkworth Patricia Good Donna P. Korn Laurie Rich Levinson Ann Murray Dr. Rosalind

More information

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director DATE: January 26, 2010 TO: ALL PROSPECTIVE BIDDERS RE:

More information

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

BIDS 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 information

REPLACEMENT MID MOUNT TOWER LADDER THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL

REPLACEMENT MID MOUNT TOWER LADDER THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL Plan Holders List Project: Bid Number: Date: Vendor: General Contractor? yes ( ) no ( ) Representative (Printed): Address: City, State, Zip: Phone Number: Fax Number: E-mail: Please e-mail to dklages@ci.palm-coast.fl.us

More information

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID Sealed bid proposals, plainly marked "WATER DEPARTMENT 2 WD ½ TON PICK UP TRUCK Bid #40-07 on the outside of the envelope,

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the purchase of one new one-ton heavy duty pickup truck with tow/haul package for the

More information

OFFICIAL BID FORM & BID DOCUMENTS

OFFICIAL BID FORM & BID DOCUMENTS OFFICIAL BID FORM & BID DOCUMENTS TOWN OF LAKE PLACID 2019-01 LAKE JUNE PARK PAVILION AND RESTROOM IMPROVEMENTS BIDS DUE 1:00 PM, Wednesday February 27, 2019 SUBMIT SEALED BIDS TO: TOWN OF LAKE PLACID

More information

INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY MENTAL HEALTH AUTHORITY

INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY MENTAL HEALTH AUTHORITY INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY BID # 12-16-0001 BID DUE DATE: JANUARY 13, 2017 BID DUE TIME: 3:00 P.M. Invitation for Bids Notice is hereby given that the

More information

Request for Quotation

Request for Quotation City Hall 501-3 rd Ave., Box 190 Fernie, BC V0B 1M0 www.fernie.ca Request for Quotation MECHANICAL SWEEPER Issue Date: March 1, 2017 Quotations marked RFQ will be received at the City of Fernie, City Hall,

More information

WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS

WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS TRICE LANE RESURFACING (FPID #431226-1-58-01) WAKULLA-ARRAN ROAD WIDENING & RESURFACING (FPID #431076-1-58-01) Invitation to Bid Number: ITB 2014-12 RESPONSES

More information

INVITATION TO BID ITB HAZARDOUS WASTE COLLECTION AND DISPOSAL

INVITATION TO BID ITB HAZARDOUS WASTE COLLECTION AND DISPOSAL INVITATION TO BID ITB 19-004 HAZARDOUS WASTE COLLECTION AND DISPOSAL Date Issued: September 19, 2018 Daytona State College is seeking proposals from qualified firms for the collection and disposal of hazardous

More information

Oyster River Cooperative School District Business Administrator s Office

Oyster River Cooperative School District Business Administrator s Office Oyster River Cooperative School District Business Administrator s Office November 3, 2016 Subject: Enclosures: Request for Lease proposal 77-Passenger School Bus Lease Request for Lease proposal General

More information

Boise State University. Request for Quote RFQ CF passenger 4x4 Utility Vehicle

Boise State University. Request for Quote RFQ CF passenger 4x4 Utility Vehicle Boise State University Request for Quote RFQ CF17-084 2-passenger 4x4 Utility Vehicle Schedule of Events RFQ issue date Feb. 23, 2017 RFQ closing date Mar. 03, 2017 5:00 PM Product 1 each Kubota RTV-X900

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

BID # Ambulance E450 Van Chassis

BID # Ambulance E450 Van Chassis INVITATION FOR BID BID #1011 - Ambulance E450 Van Chassis St. Charles County Ambulance District ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS,

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

REQUEST FOR QUOTE 18-PRW SPECIFICATIONS FOR PORTABLE RESTROOM/WASH STATION RENTAL & CLEANING SERVICES FOR THE JACKSONVILLE PORT AUTHORITY

REQUEST FOR QUOTE 18-PRW SPECIFICATIONS FOR PORTABLE RESTROOM/WASH STATION RENTAL & CLEANING SERVICES FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 18-PRW SPECIFICATIONS FOR PORTABLE RESTROOM/WASH STATION RENTAL & CLEANING SERVICES FOR THE JACKSONVILLE PORT AUTHORITY Return responses no later than THURSDAY, NOVEMBER 16, 2017 by 2:00PM

More information

Bid #:15-B-046 Due Date: June 29, 3:00 PM Mail Date: June 15, 2015 Contract Respond: City of Titusville Specialist: Tom Flowers

Bid #:15-B-046 Due Date: June 29, 3:00 PM Mail Date: June 15, 2015 Contract Respond: City of Titusville Specialist: Tom Flowers Bid #:15-B-046 Due Date: June 29, 2015 @ 3:00 PM Mail Date: June 15, 2015 Contract Respond: City of Titusville Specialist: Tom Flowers Purchasing and Contracting Administration 555 South Washington Avenue,

More information

INVITATION TO BID ISSUE DATE: May 3, 2016

INVITATION TO BID ISSUE DATE: May 3, 2016 INVITATION TO BID ISSUE DATE: May 3, 2016 City of Fort Walton Beach, Florida BID NO: ITB 16-011 Purchasing Division 105 Miracle Strip Pkwy SW OPENING DATE: May 24, 2016 Fort Walton Beach, Florida 32548

More information

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH ` (1) Standby Generator @ Commercial Drive Sewer Lift Station Sealed Bid (Bid-2017-025) Town of Salem, NH August 4, 2017 SALEM PURCHASING Christine Wholley, Purchasing Agent 603-890-2090 fax 603-890-2091

More information

CITY OF BRUNSWICK, GEORGIA. November 2018 HOWARD COFFIN PARK ADMIN BUILDING AND RITZ THEATER ROOF REPAIRS REQUEST FOR PROPOSALS

CITY OF BRUNSWICK, GEORGIA. November 2018 HOWARD COFFIN PARK ADMIN BUILDING AND RITZ THEATER ROOF REPAIRS REQUEST FOR PROPOSALS CITY OF BRUNSWICK, GEORGIA November 2018 HOWARD COFFIN PARK ADMIN BUILDING AND RITZ THEATER ROOF REPAIRS REQUEST FOR PROPOSALS Page 1 HOWARD COFFIN PARK ADMIN BUILDING AND RITZ THEATER 1. Invitation to

More information

Bid#67-17 INVITATION TO BID

Bid#67-17 INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire School Department Bid#67-17 New Ford F-350 XL Super Cab Pickup Truck INVITATION TO BID The Portsmouth School Department is seeking to purchase a new, latest

More information

Dedicated to Excellence... People Serving People

Dedicated to Excellence... People Serving People Dedicated to Excellence..... People Serving People Purchasing Department 519 East 7th Street (32401) Phone 850-872-3070 Fax 850-872-3069 www.pcgov.org INVITATION FOR BIDS STAINLESS STEEL CABINETRY AND

More information

DAWSON COUNTY BOARD OF COMMISSIONERS DAWSONVILLE, GEORIGA

DAWSON COUNTY BOARD OF COMMISSIONERS DAWSONVILLE, GEORIGA 1 DAWSON COUNTY BOARD OF COMMISSIONERS DAWSONVILLE, GEORIGA I. Overview and General Information Overview REQUEST FOR QUOTES FIRE APPARATUS (USED) Solicitation No. 166-11-RFQ Issue Date: November 30, 2011

More information

Request for Proposal

Request for Proposal H. INVITATION TO BID ATC Water Chiller ITB #17-003 Request for Proposal RFP #18-016: Adults with Disabilities Program Date Issued: April 25, 2018 Daytona State College is seeking proposals from qualified

More information

REQUEST FOR QUALIFICATIONS ECONOMIC DEVELOPMENT STRATEGY

REQUEST FOR QUALIFICATIONS ECONOMIC DEVELOPMENT STRATEGY REQUEST FOR QUALIFICATIONS ECONOMIC DEVELOPMENT STRATEGY Notice is hereby given that the Santa Rosa County Board of County Commissioners is calling for and requesting qualifications for professional consulting

More information

REQUEST FOR QUALIFICATIONS FOR HOOD ROAD MEMBRANE WATER TREATMENT PLANT

REQUEST FOR QUALIFICATIONS FOR HOOD ROAD MEMBRANE WATER TREATMENT PLANT REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTOR SEACOAST UTILITY AUTHORITY HOOD ROAD MEMBRANE WATER TREATMENT PLANT APRIL 2009 Seacoast Utility Authority Request for Qualifications General Contractor

More information

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR City of Los Banos Public Works Department 411 Madison Avenue

More information

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23 BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK 74012 PHONE (918) 259-5700 Request for Bid Ventilation System for Plant Operation #B12-23 Time and Date to be Returned: 11:00 AM on March 27,

More information

ITB-PW Citywide Plumbing Services

ITB-PW Citywide Plumbing Services Submit Bid To: City of Palm Coast Purchasing & Contracts Management Division 160 Cypress Point Parkway, Suite B-106 Palm Coast, FL 32164 Contact: Brian Rothwell Purchasing Manager 386-986-3731 Phone 386-986-3724

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL (847) (847) fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM

City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL (847) (847) fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL 60085 (847)599-2513 (847)360-9744 fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM BID OPENING: July 5 th, 2017 TABLE OF CONTENTS 1) NOTICE

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) Purchasing Division INVITATION TO BID (ITB) 18-021 DITCH CLEANING, ISTOKPOGA WATERSHED DISTRICT (Annual Bid) January 2018 1 of 25 TABLE OF CONTENTS INVITATION...3 SECTION I. GENERAL TERMS AND CONDITIONS...

More information

CITY OF TITUSVILLE FORMAL INVITATION FOR SEALED BID. This is not an order! Critical Response Data

CITY OF TITUSVILLE FORMAL INVITATION FOR SEALED BID. This is not an order! Critical Response Data Bid #:13-B-018 Due Date: March 5, 2013 @ 3:00 PM Mail Date: February 5, 2013 Wynn Greene Sr. Procurement Analyst II Respond: Purchasing and Contracting Administration 555 South Washington Avenue Titusville,

More information

Return responses no later than. FRIDAY, SEPTEMBER 29, 2017 by 2:00 PM (EST)

Return responses no later than. FRIDAY, SEPTEMBER 29, 2017 by 2:00 PM (EST) REQUEST FOR QUOTE FOR CONTRACT NO.: EQ-1610 REBUILD 250 HP GENERAL ELECTRIC MOTOR FOR THE JACKSONVILLE PORT AUTHORITY Return responses no later than FRIDAY, SEPTEMBER 29, 2017 by 2:00 PM (EST) to Jacksonville

More information

City of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # INVITATION TO BID Public Works Department Parking Division INVITATION TO BID The City of is seeking bids for an Electric Utility Vehicle for parking enforcement. Sealed bid proposals, plainly marked Bid #03-09 Electric

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

More information