TOWN OF BARNSTABLE DEPARTMENT OF PUBLIC WORKS INVITATION FOR BID PRECAST CONCRETE BOX CULVERT ISSUED: SEPTEMBER 26, 2011

Size: px
Start display at page:

Download "TOWN OF BARNSTABLE DEPARTMENT OF PUBLIC WORKS INVITATION FOR BID PRECAST CONCRETE BOX CULVERT ISSUED: SEPTEMBER 26, 2011"

Transcription

1 TOWN OF BARNSTABLE DEPARTMENT OF PUBLIC WORKS INVITATION FOR BID PRECAST CONCRETE BOX CULVERT ISSUED: SEPTEMBER 26, 2011 BID DUE: OCTOBER 13, 2011, 2 pm All potential bidders are required to be registered on the Town of Barnstable Bid & RFP System at This document and any addenda thereto are issued electronically only. It is the responsibility of every bidder who receives this bid document and all associated documents to check the Town of Barnstable Bid & RFP System for any addenda or modification to this solicitation, if they intend to respond. The Town of Barnstable accepts no liability to provide accommodation to bidders who submit a response based upon an out of date solicitation document or documents obtained from a source other than the Town. Bidders may not alter (manually or electronically) the bid language or any bid documents. Unauthorized modifications to the body of the bid, specifications, terms or conditions, or which change the intent of this bid are prohibited and may disqualify a response. 1

2 INVITATION FOR BID TOWN OF BARNSTABLE DEPARTMENT OF PUBLIC WORKS The Department of Public Works, is soliciting bids for the following, under Chapter 30B M.G.L.: PRECAST CONCRETE BOX CULVERT Specifications and bid forms are available on the town website, Bid & RFP System at Contact: Denise Geoffrion, Department of Public Works 382 Falmouth Road, Hyannis, MA 02601, telephone number x 4935, 8:30 AM through 4:00 PM, Monday through Friday and excluding holidays or by at denise.geoffrion@town.barnstable.ma.us. Bids are due no later than 2:00 PM, October 13, 2011 and will be opened and read at the Department of Public Works, 382 Falmouth Road, Hyannis, MA immediately following. All bids must be received in the Department of Public Works, 382 Falmouth Road, Hyannis, MA 02601, in a sealed envelope marked DPW Precast Concrete Box Culvert, prior to the opening of bids. The Town of Barnstable reserves the right to reject any or all bids when deemed to be in the best interest of the Town of Barnstable. Contract award will be made by the Town Manager within 30 days of the bid opening unless time for award is extended by mutual consent of the parties. 2

3 TOWN OF BARNSTABLE DEPARTMENT OF PUBLIC WORKS INVITATION FOR BID (IFB) GENERAL SPECIFICATIONS FOR SUPPLIES AND SERVICES A. Attention of all bidders is directed to Chapter 30B of the General Law of the Commonwealth of Massachusetts and to all other applicable sections of the General Laws as most recently amended which govern the award of this contract. B. The bidder shall submit the bid upon forms (bid sheets) furnished by the awarding authority. All bids shall be in ink or typewritten and must be filled out completely. The prices shall, without exception, include all royalties and costs arising from patents, trademarks and copyrights in any way involved in the items supplied. C. All bids shall be signed correctly in ink by the individual or in case of a firm, partnership, or corporation, by a person having the legal authority from said firm, partnership, or corporation to sign the bid. D. All bids shall be submitted to the Town of Barnstable, Department of Public Works, 382 Falmouth Road, Hyannis, MA 02601, on or before the date and time stated in the "Bid Notice". Each bid shall be in sealed envelopes, clearly marked to indicate the contents, with the name and address of the bidder. E. Bid sheets shall be filled in completely. Bid forms that are incomplete, conditional, or obscure with additions not called for, may be rejected. Use the pages of this document, or copies thereof, when submitting the bid. All questions from prospective bidders must be in writing regarding this Invitation for Bid. The Town shall respond to each question in writing and provide a copy of the answers to all prospective bidders. F. Bidders may correct, modify or withdraw the original bids on or before the date and time stated in the "Bid Notice". Corrections or modifications shall be in sealed envelopes, clearly marked to indicate the contents, with the name and address of the bidder. A bidder, who wishes to withdraw a bid, prior to the bid opening, must make the request in writing. G. Any bid received after the date and time stated in the "Bid Notice" shall not be opened. Unopened bids will be returned to the bidder. H. Bids will be publicly opened and read at the date and time stated in the "Bid Notice". All interested parties are invited to be present. I. A bidder may withdraw a bid after the public opening of the bid only if a mistake is clearly evident on the face of the bid document, and the intended correct answer is not evident. 3

4 J No award will be made to any bidder who can not satisfy the awarding authority that he has sufficient ability and experience in this class of work and sufficient capital and plant to enable him to prosecute and complete the work successfully within the time named. The awarding authority's decision or judgment on these matters shall be final, conclusive and binding. Conditional bids will not be accepted. K. At the time of the opening of bids, each bidder shall be presumed to have inspected the site and to have read and to be thoroughly familiar with the contract documents, including any addendum thereto. The failure or omission of any bidder to examine the site, or any form, instrument, or document shall in no way relieve any bidder from any obligation in respect to his/her bid. L. Each bidder shall acknowledge receipt of any and all addendum issued to the invitation for bids by so indicating on the bid sheet. Failure to do so shall be cause to reject the bid as being nonresponsive. M. The contract will be awarded, subject to the availability of funds, to the responsive, responsible bidder who offers the lowest price for the supply or service bid provided it complies with all conditions and requirements set forth in the bid document and further provided that the bid, in the opinion of the awarding authority, is reasonable and is in the best interest of the Town of Barnstable to accept it. The Town reserves the right to reject any and all bids. N. In the event there are tied lowest bid prices from responsive and responsible bidders, the following methods of breaking the tie shall be employed unless otherwise provided for in these bid documents: (1) The award shall be made to the bidder previously awarded the same contract; or (2) If the first method fails to break the tie by reason of none having previously been awarded the same contract, the award shall be made to the bidder whose principal place of business is located closest to the ordering agency s principal office; or (3) If the first and second methods fail to break the tie then the bidder s names shall be entered on a slip of paper and placed in a hat. The award shall then be made to the bidder whose slip is drawn from the hat. The drawing of the slip from the hat shall be performed in the presence of the tied bidders unless they waive the right to be present in writing. O. All deliveries shall be made to the Construction Contractor at the Barnstable Rushy Marsh Culvert work site located in Cotuit. SEE MATERIAL SPECIFICATION. P. If at any time the bidder is unable to furnish materials or services as ordered by the awarding authority, the Town may order such materials or services from such places as are available and the bidder shall pay to the Town all expenses incurred above the contract price. Q. The Bidder will bill each Town agency separately for its purchases. Payments for purchases will be processed after the using Town agency receives the original statement and a signed delivery slip. The bidder will receive payment within a 30 day period after the agency receives the statement. 4

5 R. If services of the Bidder are subsequently deemed to be unsatisfactory to the Town and are in violation of these specifications, the Town shall notify the said bidder in writing. If mutually agreeable arrangements can not be achieved between the Town and the Contractor, the contract will be terminated. Notice of termination shall be in writing and notification will be sent by registered or certified mail. Termination will become effective three days after mailing said notification. S. The bidder's attention is directed to the fact that all applicable State laws, Municipal ordinances, and the rules and regulations of all authorities having jurisdiction over bid/purchase materials shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. T. Certificate of Non-collusion - The bidders MUST sign and submit a Certificate of Non-collusion with the Bid sheet. Submit with bid. U. State Taxes Certification Clause - The bidders MUST sign and submit a State Taxes Certification clause with the Bid Sheet. Submit with bid. V. Small Quantity and Emergency Purchases Small quantity purchases of contract items, for emergency or other reasons may be made from other sources. W. Right-to-Know - The firm/individual receiving a bid award from the Town of Barnstable will, at no expense to the Town of Barnstable, adhere to the Massachusetts General Laws, Chapter 111F, "Right-to-Know Law" as it shall apply to the items contained in the award notice. X. Maximum Quantities - Except for certain commodities such as gasoline, fuel oil and road salt, the maximum quantity to be purchased under the contract may not exceed twenty-five (25) percent of the amount specified in the contract. INSURANCE REQUIREMENTS 1. Indemnification - Contractor will indemnify and hold harmless the Town of Barnstable and its employees against any and all claims for damages on account of bodily injury, including death, property damage, personal injury, and advertising injury by any act or omission due to negligence of the Contractor, subcontracts, its agents, or employees during the term or any extension of the resultant agreement, and in case of any action or actions or other legal proceedings shall be brought or instituted against the Town of Barnstable on account of any such claims, Contractor shall indemnify and hold harmless the Town of Barnstable. 2. General Insurance - The Contractor shall, before commencing performance of the contract, be responsible for providing and maintaining insurance coverage in force for the life of the contract of the kind and in adequate amounts to secure all of the obligations under the contract and with insurance companies acceptable to the Town of Barnstable. All such insurance carried should not be less than the kinds and amounts designated herein, and the Contractor agrees that the stipulation herein of the kinds and limits of coverage shall in no way limit the liability of the 5

6 Contractor to any such kinds and amounts of insurance coverage. Under all insurance coverage, required or not required by the Town, the Contractor shall indemnify, and hold harmless the Town of Barnstable, its elected or duly appointed offices, directors and employees against any claim based upon negligent, accidental or intentional acts or omissions of the contractor, its employees or its agents in providing its services to employees of the municipality or their dependants pursuant to the agreement. With the exception of Professional Services Liability for architects, designers and engineers, and Worker s Compensation, the Town of Barnstable and its employees must be named as an additional insured and a certificate of insurance will be provided indicating such for each of the insurance policies or surety bonds obtained pursuant to the requirements established by the issuance of the contract. Upon execution of the contract the Contractor will provide copies of certificates of insurance to the Town of Barnstable, Procurement & Risk Management. Failure to provide and continue in force such insurance as aforesaid may be deemed a material breach of this contract, and may constitute sufficient grounds for immediate termination of the same. All insurance maintained as provided for in the above shall be taken out and maintained at the sole expense of the Contractor. Annually, at time of vendor s policy renewal, updated insurance certificates shall be sent to the Town of Barnstable. No cancellations of such insurance, whether by the insurer or by the insured party shall be valid unless written notice thereof is given by the parties proposing cancellation to the other party and to the Town of Barnstable at least thirty (30) days prior to the intended effective date thereof, which date shall be expressed in said notice, and which shall be sent out by registered mail, return receipt requested. These provisions shall apply to the legal representatives, trustees in bankruptcy, receiver, assignee, and/or the successor in interest of the Contractor. All insurance coverage shall be placed with such company as may be acceptable to the Town of Barnstable and shall constitute a material part of the contract documents. 3. Comprehensive General Liability Insurance The Contractor shall carry Commercial General Liability Insurance with an each occurrence limit of liability no less than One Million Dollars ($1,000,000.00) and a general aggregate limit of liability no less than Two Million Dollars ($2,000,000.00); and a Products/Completed Operations (as may be required) Aggregate limit no less that Two Million Dollars ($2,000,000.00) for all injury and damages to or destruction of property during the policy period. 4. Automobile Liability and Property Damage Insurance The Contractor shall carry business Automobile Liability Insurance covering all owned vehicles with a combined single limit no less than One Million Dollars ($1,000,000.00) to cover all damage caused by contracted employees of the awarded Contractor. Level of insurance must adequately cover the liability exposure of project site and is subject to Town of Barnstable Risk Manager approval. 6

7 5. Workers Compensation Insurance The Contractor shall carry Workers Compensation Insurance as required by Massachusetts General Law, c. 152, and Section 25, with a minimum limit of Employer s Liability as per Massachusetts General Law requirements. 6. Excess Liability Insurance The Contractor shall carry excess liability insurance of not less than One Million Dollars ($1,000,000.00) covering over general liability, automobile, and worker s compensation insurance. 7. Pollution Liability Insurance (Reserved) 8. Professional Services Liability/Errors and Omissions Insurance (Reserved) 9. Other Liability (as may be necessary) The Town of Barnstable reserves the right to request proof of other insurance coverage depending upon the job for which the Contractor is hired. The aforementioned insurance coverages shall remain in full force and effect throughout the period of the contract. Similar insurance coverage shall be provided by or in behalf of any subcontractor to cover their operations with the same minimum limits as required of the Contractor. Contractor s insurance shall be primary insurance to all insurance carried by Owner. MINORITY OR WOMAN BUSINESS ENTERPRISE PARTICIPATION Minority-Owned Business Enterprises (MBE) or Woman-Owned Business Enterprises (WBE) are strongly encouraged to submit proposals in response to the Invitation for Bids (IFB). For the purposes of this IFB, the term MBE or WBE shall mean a vendor who is certified as a minority business enterprise by the State Office of Minority and Women-Owned Business Assistance (SOMWBA), and who is certified at the time the vendor s proposal is submitted. All minority owned businesses are encouraged to apply for SOMWBA certification. For further information on SOMWBA qualifications, or access to SOMWBA vendor lists, contact the State Office of Minority and Women-Owned Business Assistance at (617) The Town of Barnstable will require contractors and subcontractors involved in local municipal projects to abide by the Equal Opportunity Anti-Discrimination Program guidelines below, which form a part of the contract generating from this Invitation for Bids (IFB). 7

8 EQUAL EMPLOYMENT OPPORTUNITY ANTI-DISCRIMINATION PROGRAM During the performance of this contract, the Contractor and all of (his/her) Sub-Contractors (wherein after collectively referred to as the Contractor), for him/herself, his/her assignees, and successors in interest, agree as follows: The Contractor, in the performance of all work after award and prior to completion of the contract work, will not discriminate on grounds of race, color, religious creed, national origin, age or sex in employment practices, in the selection or retention of subcontractors, or in the procurement of materials and rentals of equipment. Fair Employment Practices Law of the Commonwealth (M.G.L. Chapter 151B). The Contractor, by signing the Contract offered by the Town, agrees to abide by the above paragraph to the best of his/her ability. 8

9 TOWN OF BARNSTABLE DEPARTMENT OF PUBLIC WORKS MATERIAL SPECIFICATION -PRE CAST CONCRETE BOX CULVERT GENERAL REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. 1. AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS (AASHTO) AASHTO M284 (2009) AASHTO M 284M/M 284 Standard Specification for Epoxy- Coated Reinforcing Bars: Materials and Coating Requirements AASHTO (2002) AASHTO Specifications AASHTO M259 (2002) Standard Specification for Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers AASHTO M273 (2007) Standard Specification for Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers with Less Than 2 ft of Cover Subjected to Highway Loading 2. MASS HIGHWAY DEPARTMENT (MHD) Massachusetts Highway Department Standard Specifications for Highways and Bridges (1988) MHD Supplemental Specifications (2006) MHD Standard Special Provisions (2007) MHD Construction Standards (2010) MHD 2005 Bridge Manual Parts I and II Provisions (2007) PRODUCTS PRECAST CONCRETE BOX CULVERTS AND HEADWALLS Design shall meet the requirements specified herein and outlined on the Proposed Box Culvert Sketch attached hereto as Exhibit G. 9

10 The culverts shall be designed in accordance with 2002 AASHTO specifications and MHD Bridge Manual 2005 Edition Part I and II (2007). Sections shall be designed to accommodate AASHTO HS25 live loading. The concrete shall have a minimum compressive strength of 5,000 psi. The culvert will be constantly exposed to salt water therefore the concrete mix shall be resistant to salt water emersion. All reinforcement shall be epoxy coated deformed steel conforming to ASTM Designation A615 Grade 60. In accordance with Section 1605 of the American Recovery and Reinvestment Act, all steel, iron and manufactured goods used in the project must be produced in the United States. Each culvert section shall be monolithically cast as a four-sided box section with open ends. The inside surfaces of the culvert shall be smooth with 45-degree chamfered fillets monolithically cast in all four inside corners. Precast concrete box culverts shall be designed using the Strength Design Method (Load Factor Design) of the AASHTO specifications. Culvert internal dimensions of 10-0 width and 5-0 height shall be maintained. Total running length of the culvert shall be 40 feet overall including the end sections. Roof and sidewalls shall be adequately sized in accordance with AASHTO material specifications M259 and M273 for loading data. Each culvert section shall have a male and female shiplap joint with no less than 1-1/2 inch concrete overlaps with factory installed neoprene gasket fastened to the shiplap joint surface. Each section shall also be provided with holes or inserts for lifting hardware and with recessed inserts for attachments of assembly pulling irons, in addition to temporary closure hardware for drawing joints together during assembly. The two end sections shall be eight (8 ) ft. long each with sidewalls slopes of 2:1 as shown in Exhibit G. Head walls shall be 2 feet in height, 9 inches wide with chamfered edges set on a 2 foot wide base cantilever 6 inches thick. The headwall shall run the width of the culvert, 11 feet 6 inches and set along both end sections for a total running length of 23 feet (two runs of 11 6 each). Head walls to be connected to the outer edge of each culvert end section and provided with 3 inch diameter holes 24 inches on center. Connection details and gasket materials shall be provided in the shop drawings submitted to the engineer. All connection hardware shall be hot dipped galvanized. Total number of precast culvert sections shall be limited to five (5) sections totally the required 40 feet. 10

11 The notation 2011 shall be cast into the southeast end section on the south side of the culvert and the northwest on the north side of the culvert. The location shall be above the Mean High Water Mark. The numbers shall be no less than 4 and no more than 12 in height. The location, height and font of the numbers shall be subject to approval by the Owner prior to casting. The minimum specified concrete cover over the rebar shall be maintained in the area of the casting. Epoxy coated reinforcement shall have a minimum of 4 of concrete cover along the entire bottom bearing surface and a minimum of 3 in all other locations. Bituminous damp-proofing shall be provided along the exterior culvert walls a distance of 2 from the top of the culvert in accordance with Section 970 of the Massachusetts Highway Department Standard Specifications for Highways and Bridges (2009). The quality of materials, the process of manufacture and the finished culvert sections shall be subject to inspection by the Town Engineer, Town of Barnstable and purchaser prior to transport to site. Contractor shall demonstrate evidence of experience with similar culvert projects (Exhibit B). PRODUCTS: A. Any and all products, materials and workmanship shall be warranted by the Contractor for a period of not less than two (2) full years from the date of completion of the project. Completion shall be deemed as acceptance by the Owner of the final payment application prepared by the Contractor. SUBMITTALS: Submit the following reports directly to Project Engineer: 1. Submittal Schedule 2. Project Schedule 3. Shop Drawing of culvert sections; standard details; and weatherproofing options 4. Shop Drawing of all anchors and connections and gaskets. 5. Shop Drawing for Imprinting of Date on end sections 6. Structural calculations stamped by a Professional Engineer registered in the Commonwealth of Massachusetts for the culvert and head wall design. 7. Concrete mix design and material testing reports B. Administrative submittals: Refer to other Sections and other Contract Documents for requirements for administrative submittals. Such submittals include, but are not limited to: 11

12 1. Contract Agreement 2. Payment and Performance Bonds 3. Certificate of Insurance C. As soon as practicable but not to exceed five (5) calendar days after award of the contract and before any materials or equipment are purchased, the Contractor shall submit to the Town Engineer a complete list, in triplicate, of materials and equipment to be incorporated in the work. Materials that are incorporated into the project that have not been expressly approved by the Town Engineer will be subject to removal, replacement and or verification by the Town Engineer on behalf of the Owner and shall be solely at the Contractor s expense and peril. DELIVERY Delivery of the concrete box culvert to the project site shall be made no later than December 12, 2011; the Owner will not consider proposals that stipulate delivery after this date. Selected bidder shall coordinate delivery with the Town of Barnstable, and the site contractor with respect to assuring the unloading equipment and crew are on site when delivery arrives. Deliver culvert and head walls by flat bed truck, F.O.B. Destination located adjacent to Rushy Marsh Pond at Oregon Beach Parking Lot off Main Street, Cotuit, MA. BILL OF MATERIALS FOR PURCHASE ORDER: The bid shall be lump sum for the entire package, and shall include coordination and delivery to the jobsite adjacent to Rushy Marsh Pond at Oregon Beach Parking Lot off Main Street, Cotuit, MA, for off loading by and use within a schedule as dictated by the site Contractor. Material suppliers shall specify the exact number of precast sections that they are supplying, and the length of each section. All sections shall be constructed with identical mix designs, consistent processes, and to the specifications outlined above. 12

13 Town of Barnstable CERTIFICATE OF NON COLLUSION The undersigned certifies under penalties of perjury that this bid proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification the word person shall mean any natural person, business, partnership, corporation, union, committee, club or other organization, entity, or group of individuals. FIRM ADDRESS SIGNATURE NAME (print) TITLE TELEPHONE ( ) DATE NOTE: This certificate must be signed by the individual submitting the bid or proposal. ************************************************************************* STATE TAXES CERTIFICATION CLAUSE I certify under the penalties of perjury that, I, to my best knowledge and belief, have filed all state tax returns and paid all state taxes under law. *Signature of individual or Corporate Name (Mandatory) By: Corporate Officer (Mandatory, if applicable) **Social Security Number (Voluntary) Or Federal Identification Number * Approval of a contract or other agreement will not be granted unless this certification clause is signed by the applicant. ** Your Social Security Number will be furnished to the Massachusetts Department of Revenue to determine whether you have met tax filing or tax payment obligations. Providers who fail to correct their non-filing or delinquency will not have a contract or other agreement issued, renewed, or extended. This request is made under the authority of Mass. G.L..62C s. 49.A. 13

14 TOWN OF BARNSTABLE DEPARTMENT OF PUBLIC WORKS BID SHEET BID ITEM: PRECAST BOX CULVERT PRICE PER CULVERT $ BID EVALUATION CRITERIA: A contract will be awarded to the responsive and responsible bidder who submits the lowest price for the Precast Box Culvert. CERTIFICATION OF PRODUCT: The bidder certifies that the product meets the Detailed Specifications contained herein, which are a part of the bid package. RECEIPT OF ADDENDUM NUMBER(S): is hereby acknowledged and reflected in the bid price(s) shown above. BIDDER IDENTIFICATION AND SIGNATURE: FIRM ADDRESS SIGNATURE NAME(print) TITLE TELEPHONE DATE Required Attachments: (1) Certification of Non-collusion. (2) State Taxes Certification Clause. (3) Material Safety Data Sheet(s). (4) Reserved (5) Reserved (6) Copies of all applicable insurance policies before commencing performance of the contract. (7) All necessary licenses, permits, vehicle registrations, and certificates required. NOTE: The Town of Barnstable reserves the right to reject any and all bids when it deems it to be in the best interest of the Town. All bid prices submitted in response to this IFB must remain firm for 45 days following the bid opening. All bids must be received in the office of the Department of Public Works, 382 Falmouth Road, Hyannis, MA prior to 2:00 PM, October 13, 2011 All questions from prospective bidders must be in writing regarding this Invitation for Bid. The Town shall respond to each question in writing and provide a copy of the answers to all prospective bidders. 14

15 TOWN OF BARNSTABLE AGREEMENT BETWEEN CONTRACTOR AND OWNER CONTRACT THIS AGREEMENT, made this of, 2011 by and between the TOWN OF BARNSTABLE, Massachusetts, hereinafter called the OWNER, and with legal address and principal place of business at hereinafter called CONTRACTOR. WITNESSETH - That for and in consideration of payments and agreements hereinafter mentioned, to be made and performed by the OWNER, the CONTRACTOR hereby agrees with the OWNER to supply the OWNER a PRECAST CONCRETE BOX CULVERT hereinafter called the product, upon demand of the OWNER, made as hereinafter provided at a price of $, delivered to the Project Work Site as specified. The contractor shall at his/her own cost and expense furnish all materials, supplies, machinery, equipment, tools, supervision, labor, insurance, and other accessories and services necessary to complete the said work in accordance with the conditions and procedures stated in the Bid and in accordance with the following requirements. 1. Notice to Deliver and Delivery of Product. The OWNER will notify the CONTRACTOR by mail, telephone, or facsimile of the times and quantities of deliveries to be made under this Agreement. All deliveries shall be made as specified in the MATERIAL SPECIFICATION - PRE CAST CONCRETE BOX CULVERT, unless otherwise directed. The delivery shall be in the presence of and receipted for by an authorized employee of the Department of Public Works. 2. Billings. The CONTRACTOR shall bill the Department of Public Works, 382 Falmouth Road, Hyannis, MA for delivery of the product. 3. Availability of Product. If at any time the CONTRACTOR is unable to furnish the product within two (2) working days of receiving an order, the OWNER may order the product from such supplier who can supply the product and the CONTRACTOR shall pay to the OWNER all expenses incurred which exceed the CONTRACTOR'S bid price. 4. Force Majeure - The Contract shall be subject to Force Majeure considerations and in the event that either party hereto shall be prevented from the performance of any act required there under by reasons of strikes, lockouts, labor trouble, inability to procure materials, failure of power, fire, winds, Acts of God, riots, insurrections, war or other reason of a like nature not reasonable within the control of the party in performing any obligations shall be excused for the period of nonperformance, and the period for the performance of such obligation shall be extended for an equivalent period for no additional cost to the Owner. Continued failure to perform for periods aggregating sixty (60) or more days, even for causes beyond the control of the Contractor, shall be deemed to render performance impossible, and the Owner shall thereafter have the right to terminate this agreement in accordance with the provisions of the section entitled Termination of Contract. 5. Termination of Contract - Subject to the provisions of the section explaining Force Majeure, if the Contractor shall fail to fulfill in a timely and satisfactory manner its obligations under this agreement, or if the Contractor shall violate any of the covenants, conditions, or stipulations of this agreement, which failure or violation shall continue for seven (7) business days after written notice 15

16 of such failure or violation is received by the contractor, then the municipality shall thereupon have the right to terminate this agreement by giving written notice to the contractor of such termination and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Additionally, the Town, by written notice, may terminate this contract, in whole or in part, when it is in the Town s best interest. If this contract is terminated, the Town shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination. 6. Insurance - The Contractor shall maintain insurance with minimum limits as defined in the Invitation for Bid, Section 4, Special Conditions for the entire duration of the project work to be performed, and provide a certificate of insurance with the Town of Barnstable named as an additional insured. Renewal certificates of insurance must be submitted to the Town of Barnstable, Risk Management, 230 South St., Hyannis, MA on a yearly basis. 7. Governing Law This contract is governed by the laws of the Commonwealth of the State of Massachusetts. The Contractor/Consultant shall indemnify, defend and hold harmless the Owner, its elected or duly appointed officers, directors and employees against liability, losses, damages or expenses (including legal expenses) resulting from any claim based upon negligent or intentional misdeeds or omission of the Contractor/Consultant, its employees or its agents in providing its service to employees of the municipality or their dependants pursuant to the Agreement. The Bid Specifications entitled "GENERAL SPECIFICATIONS FOR SUPPLIES AND SERVICES" and "MATERIAL SPECIFICATION - PRE CAST CONCRETE BOX CULVERT", both of which are contained herein, and the BID, are made a part hereof and collectively evidence and constitute the Contract. The OWNER agrees to pay the CONTRACTOR for the performance of the contract and to make payments in the amount of $, delivered. The total contract amount shall not exceed $, if the estimated full quantity is ordered and received, without written authorization of the OWNER. This Agreement constitutes the entire Contract and there are no other agreements than those incorporated herein. This Agreement may not be changed, altered, amended, modified, or terminated orally and any such change, alteration, amendment, or modification must be in writing executed by the parties hereto. 16

17 IN WITNESS WHEREOF, the parties to these presents have executed this Contract in the year and day first above mentioned. By Approved as to form OWNER'S ATTORNEY CONTRACTOR By OWNER This is to certify that the Town of Barnstable, Massachusetts, has an appropriation which is adequate to cover the cost for this contract for Fiscal Year OWNER'S ACCOUNTANT 17

18 The Town of Barnstable Office of Town Manager 367 Main Street, Hyannis MA Date: ACCEPTANCE OF BID NOTICE is hereby notified that your bid in the amount of to supply the Department of Public Works with a Precast Box Culvert in accordance with Invitation for Bid dated September 22, 2011 submitted on has been accepted. It is requested that acknowledgement of this ACCEPTANCE be indicated by endorsement here on, and the original be returned to the Department of Public Works, 382 Falmouth Road, Hyannis, MA A formal Contract will be drawn up based on the terms of the bid and Invitation for Bid documents offered through the Procurement and Risk Office, subject to final approval by the Town Manager of the Town of Barnstable. Town Manager TO: Department of Public Works 382 Falmouth Road Hyannis, MA Receipt is hereby acknowledged for the above ACCEPTANCE OF BID. BY: DATE: Signature: PRINT NAME: TITLE: 18

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

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

More information

TOWN OF BARNSTABLE REGULATORY SERVICES DIVISION INVITATION FOR BID MULTIPLE FUEL EFFICIENT VEHICLE LEASE. January 26, 2011

TOWN OF BARNSTABLE REGULATORY SERVICES DIVISION INVITATION FOR BID MULTIPLE FUEL EFFICIENT VEHICLE LEASE. January 26, 2011 TOWN OF BARNSTABLE REGULATORY SERVICES DIVISION INVITATION FOR BID MULTIPLE FUEL EFFICIENT VEHICLE LEASE January 26, 2011 This document and any addenda thereto are issued electronically only. It is the

More information

Town of Barnstable. Request for Proposal. FOR THE LEASE OF GOLF CARTS FOR THE GOLF DIVISION At OLDE BARNSTABLE FAIRGROUNDS GOLF COURSE

Town of Barnstable. Request for Proposal. FOR THE LEASE OF GOLF CARTS FOR THE GOLF DIVISION At OLDE BARNSTABLE FAIRGROUNDS GOLF COURSE Town of Barnstable Request for Proposal FOR THE LEASE OF GOLF CARTS FOR THE GOLF DIVISION At OLDE BARNSTABLE FAIRGROUNDS GOLF COURSE Issued: October 22, 2012 (DRAFT RFP Due date: No later than 11/16/12,

More information

INVITATION FOR BID PROJECT MANUAL TOWN OF BARNSTABLE GROWTH MANAGEMENT CONSTRUCTION SPECIFICATIONS FOR

INVITATION FOR BID PROJECT MANUAL TOWN OF BARNSTABLE GROWTH MANAGEMENT CONSTRUCTION SPECIFICATIONS FOR INVITATION FOR BID PROJECT MANUAL TOWN OF BARNSTABLE GROWTH MANAGEMENT CONSTRUCTION SPECIFICATIONS FOR INSTALLATION OF PAY AND DISPLAY MULTI-SPACE SOLAR POWERED PARKING METERS AT BISMORE PARK, HYANNIS,

More information

INVITATION FOR BID TOWN OF BARNSTABLE SCHOOL DEPARTMENT. UPGRADE TO THE VIDEO SURVEILLANCE SYSTEM 744 West Main Street Hyannis, MA 02601

INVITATION FOR BID TOWN OF BARNSTABLE SCHOOL DEPARTMENT. UPGRADE TO THE VIDEO SURVEILLANCE SYSTEM 744 West Main Street Hyannis, MA 02601 INVITATION FOR BID TOWN OF BARNSTABLE SCHOOL DEPARTMENT UPGRADE TO THE VIDEO SURVEILLANCE SYSTEM 744 West Main Street Hyannis, MA 02601 DATE ISSUED: March 2, 2009 BID DUE DATE: 3/26/09, 2:00 PM This document

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

INVITATION FOR BID PROJECT MANUAL TOWN OF BARNSTABLE GROWTH MANAGEMENT DEPARTMENT CONSTRUCTION SPECIFICATIONS FOR THE

INVITATION FOR BID PROJECT MANUAL TOWN OF BARNSTABLE GROWTH MANAGEMENT DEPARTMENT CONSTRUCTION SPECIFICATIONS FOR THE INVITATION FOR BID PROJECT MANUAL TOWN OF BARNSTABLE GROWTH MANAGEMENT DEPARTMENT CONSTRUCTION SPECIFICATIONS FOR THE 905 Main Street, Cotuit Landscape Project DATE ISSUED: September 2, 2010 Bid due: 9/23/10,

More information

Town of Barnstable. Invitation for Bid. Side Scan Sonar For Marine & Environmental Affairs Division. November 17, 2010

Town of Barnstable. Invitation for Bid. Side Scan Sonar For Marine & Environmental Affairs Division. November 17, 2010 Town of Barnstable Invitation for Bid Side Scan Sonar For Marine & Environmental Affairs Division November 17, 2010 This document and any addenda thereto are issued electronically only. It is the responsibility

More information

INVITATION FOR BID TOWN OF BARNSTABLE SCHOOL DEPARTMENT

INVITATION FOR BID TOWN OF BARNSTABLE SCHOOL DEPARTMENT INVITATION FOR BID TOWN OF BARNSTABLE SCHOOL DEPARTMENT Hyannis West Elementary Playground Equipment Installation Project 549 West Main Street Hyannis, MA 02601 DATE ISSUED: August 19, 2010 BID DUE DATE:

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

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

More information

RFP GENERAL TERMS AND CONDITIONS

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

More information

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

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

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

PUBLIC NOTICE FUEL OIL #2 LARGE TANK. Specification and bid proposal forms are available from November 15 through November 29, 2018 at:

PUBLIC NOTICE FUEL OIL #2 LARGE TANK. Specification and bid proposal forms are available from November 15 through November 29, 2018 at: 1.0 PUBLIC NOTICE PUBLIC NOTICE The School Committees from the following schools and municipalities hereby invite bids for the 2019 2020 school year: ASHBURNHAM/WESTMINSTER, AUBURN, AYER/SHIRLEY, BERLIN/BOYLSTON,

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

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

More information

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

HCG PURCHASING CO-OP INVITATION TO BID

HCG PURCHASING CO-OP INVITATION TO BID HCG PURCHASING CO-OP INVITATION TO BID #1186 HOT MIX ASPHALT #1187 HOT MIX ASPHALT EXCAVATION BY COLD PLANER (MILLING) #1188 LINE PAINTING Sealed bids for Hot Mix Asphalt, Hot Mix Asphalt Excavation by

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

More information

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

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

More information

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES INVITATION FOR BID (IFB) SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES TOWN OF LONGMEADOW MASSACHUSETTS May 16, 2012 1 INVITATION FOR BID (IFB): SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING

More information

City of Loveland, Ohio

City of Loveland, Ohio City of Loveland, Ohio Request for Proposal (RFP) Information Technology (IT) Managed Services Provider Proposals are due by 4:30 PM, November 1, 2017 The City of Loveland is inviting qualified Information

More information

Calcium Chloride Sealed Bid # Town of Salem, NH

Calcium Chloride Sealed Bid # Town of Salem, NH ` Calcium Chloride Sealed Bid #2014-004 Town of Salem, NH March 2014 SALEM PURCHASING Julie Adams, Purchasing Agent 603-890-2090 fax 603-890-2091 jadams@ci.salem.nh.us Keith Hickey, Town Manager Prepared

More information

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR Bid #08-15 Sealed bids for a three year, annually renewable contract to provide School Fencing Repairs and installation

More information

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

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

REQUEST FOR PROPOSAL RFP #14-03

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

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project # PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its

More information

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C) Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New

More information

PLEASANTVILLE HOUSING AUTHORITY

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

More information

TOWN OF BARNSTABLE. Invitation for Bid. Service Provider for Boiler and Burner Maintenance Services for the Town of Barnstable School Facilities

TOWN OF BARNSTABLE. Invitation for Bid. Service Provider for Boiler and Burner Maintenance Services for the Town of Barnstable School Facilities TOWN OF BARNSTABLE Invitation for Bid Service Provider for Boiler and Burner Maintenance Services for the Town of Barnstable School Facilities Issued: July 14, 2014 Due date: August 14, 2014, No later

More information

RFP # 2377 CITY OF WESTFIELD PURCHASING DEPARTMENT Westfield, Mass., STEM PROGRAM OUTREACH FOR THE WESTFIELD PUBLIC SCHOOLS

RFP # 2377 CITY OF WESTFIELD PURCHASING DEPARTMENT Westfield, Mass., STEM PROGRAM OUTREACH FOR THE WESTFIELD PUBLIC SCHOOLS RFP # 2377 CITY OF WESTFIELD PURCHASING DEPARTMENT Westfield, Mass., STEM PROGRAM OUTREACH FOR THE WESTFIELD PUBLIC SCHOOLS The City of Westfield reserves the right to reject any or all proposals, to omit

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

More information

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

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

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

More information

INVITATION TO BID Install Spray Foam Polyurethane Roof

INVITATION TO BID Install Spray Foam Polyurethane Roof November 7, 2016 RFP-1617-404 INVITATION TO BID Install Spray Foam Polyurethane Roof The Danville Public Schools Maintenance Department is requesting sealed bids for furnish and install Polyurethane Seamless

More information

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID The Town of Northfield is inviting proposals for contract at the Town Hall, 21 Summer Street, Northfield, New

More information

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY WILLIAM E. WEISGERBER KENNETH L. GASPER ALBERT A. ALMY

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

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES INTRODUCTION A. Overview The Sullivan County Land Bank Corporation ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to obtain Accounting

More information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

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

More information

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

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

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

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

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

More information

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK: GENERAL: This Contract made and entered into this day of, 2013, by and between the Sundown Sanitary Sewer District, hereinafter called "District", and, hereinafter called "Contractor", duly authorized

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

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

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS TOWN OF QUEENSBURY TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS 2016 BID DOCUMENTS Notice to Bidders Instructions to Bidders Bid Proposal Affidavit of Non-Collusion Certification of Compliance

More information

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

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

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

More information

REQUEST FOR PROPOSAL (RFP) # TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018

REQUEST FOR PROPOSAL (RFP) # TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018 REQUEST FOR PROPOSAL (RFP) #18-013-25 TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018 RESPONSE DEADLINE: FEBRUARY 7, 2018 11:00 A.M.CENTRAL STANDARD TIME (CST) TO: PETE VILLAS, ADMINISTRATOR MARINETTE

More information

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

INVITATION TO BID Town Hall First Floor Renovation Project, Windsor CT. Town Hall First Floor Renovation Project, Windsor CT. INVITATION TO BID 1. Sealed bids are invited by the Town of Windsor Public Building Commission, Windsor, CT, hereinafter called the Owner, for the Project: "Town Hall First Floor Renovation Project, Windsor

More information

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

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

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS REQUEST FOR BIDS BID REQUEST NO. 604712 02 SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS ISSUE DATE: FEBRUARY 1, 2019 BID OPENING DATE: FEBRUARY 11, 2019 3:00 PM LOCAL TIME ISSUED

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

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

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

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

More information

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

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

More information

2. AMENDMENTS TO BID:

2. AMENDMENTS TO BID: GENERAL INFORMATION 1. SCOPE: 1.1 The Wayne-Finger Lakes BOCES and component School Districts require CALCULATORS. The BOCES and School Districts have agreed to form a Cooperative Bid Group as authorized

More information

Request for Proposals. Assessment Center for Beverly, Peabody and Salem Police Departments

Request for Proposals. Assessment Center for Beverly, Peabody and Salem Police Departments City of Salem, Massachusetts Request for Proposals R-69 Assessment Center for Beverly, Peabody and Salem Police Departments Friday, May 27, 2016 PROPOSALS DUE: Friday, June 17, 2016 at 11:00 AM *Late proposals

More information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR QUOTATION

More information

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

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

More information

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period). ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT This Master Agreement is hereby entered into between Ithaca College, a state of New York educational institution in Ithaca, New York, hereafter referred

More information

NUTANIX 1450 SERVER AND SUPPORT

NUTANIX 1450 SERVER AND SUPPORT INVITATION FOR BIDS (IFB) 5-3147 NUTANIX 1450 SERVER AND SUPPORT ORANGE COUNTY TRANSPORTATION AUTHORITY 550 South Main Street P.O. Box 14184 Orange, CA 92863-1584 (714) 560-6282 Key IFB Dates Issue Date:

More information

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM CONTRACT FOR WEATHERIZATION SERVICES BETWEEN THE OF Agency name (Hereinafter referred to as the "Agency") AND Contractor name (Hereinafter referred to as the "Contractor") FOR CONTRACT # GRANT AGREEMENT

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

More information

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst

More information

ALL PAGES MUST BE COMPLETE AND SUBMITTED WITH YOUR SEALED BID. PLEASE READ THE BID PACKAGE CAREFULLY.

ALL PAGES MUST BE COMPLETE AND SUBMITTED WITH YOUR SEALED BID. PLEASE READ THE BID PACKAGE CAREFULLY. February 06, 2017 TO: FROM: Suppliers David Timmons City Manager City of Port Townsend The City of Port Townsend is opening bidding for 20 Daniel Defense rifles including front/rear combo (Rock & Lock)

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR BID

More information

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID # INVITATION TO BID PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #2018-20 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website: http://www.bakercountyfl.org

More information

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

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

More information

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL Request for Proposals (RFP) SAU #44 and the Nottingham School District REQUEST FOR PROPOSAL ( RFP ) RFP NOTT 05-17 INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL SAU #44 and the Nottingham School District

More information

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS Request for Bids SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS DONALD CERRONE, CHAIRMAN JOHN M WALSH, VICE-CHAIRMAN

More information

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

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

More information

(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

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS The City of Levelland is seeking proposals to install two playgrounds in the Levelland Park System. Sealed proposals clearly marked on the outside

More information

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016 Project Manual Blue Heron Golf Practice Range PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION April 11, 2016 BLUE HERON GOLF PRACTICE RANGE Entrance Road, Parking Area and

More information

Request for Proposal # Executive Recruitment Services

Request for Proposal # Executive Recruitment Services Request for Proposal # 2019-001 Executive Recruitment Services Due Date: July 19, 2018 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500 N. Main Street,

More information

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

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

More information

Scofield Ridge Homeowners Association

Scofield Ridge Homeowners Association Scofield Ridge Homeowners Association RFP #2012-003 Subject: Entrance Monument Design & Construction Due: March 30, 2012 2:00pm CST c/o Goodwin Management, Attn.: Debra Johnson * 11149 Research Blvd.,

More information

FCC #470 Request for Proposal Firewall

FCC #470 Request for Proposal Firewall P a g e 1 ERATE Wellsville School District USD289 Phone: 785-883-2388 Fax: 785-883-4453 FCC #470 Request for Proposal Firewall NOTICE TO VENDORS/BIDDERS: This RFP will Server for a Cisco ASA with Firepower

More information

Standard Subcontract

Standard Subcontract Subcontractor: New York State Fence, Inc. Job Number: 92 Taxpayer ID No.: 16-1098453 THIS AGREEMENT, made this 1 st day of May, 2007 by and between Subcontract Number: 06 New York State Fence, Inc. 858

More information

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Request for Proposals For Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Page 1 of 17 Request For Proposals Table of Contents SECTION 1: GENERAL INFORMATION

More information