REQUEST FOR PROPOSAL (RFP) ECONFINA CREEK WATER MANAGEMENT AREA PINE FOREST INVENTORY SERVICES RFP #13-003

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL (RFP) ECONFINA CREEK WATER MANAGEMENT AREA PINE FOREST INVENTORY SERVICES RFP #13-003"

Transcription

1 REQUEST FOR PROPOSAL (RFP) ECONFINA CREEK WATER MANAGEMENT AREA PINE FOREST INVENTORY SERVICES RFP # NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT 81 WATER MANAGEMENT DRIVE HAVANA, FLORIDA

2 NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS ("RFP") ECONFINA CREEK WATER MANAGEMENT AREA PINE FOREST INVENTORY SERVICES RFP # The Northwest Florida Water Management District, 81 Water Management Drive, Havana, Florida 32333, will receive sealed proposals to provide pine forest inventory services on approximately 29,603 acres for the Econfina Creek Water Management Area (WMA) for the development of a land management database until 2:00 P.M. ET on September 3, The Econfina Creek WMA is located in the vicinity of Econfina Creek in northern Bay, southern Washington and the southwest corner of Jackson Counties, Florida. All proposals must conform to the instructions in the RFP. Interested parties may obtain a copy of the complete RFP package at the above address, by calling (850) or visit our website at The opening of the proposals is public. Provisions will be made to accommodate the handicapped provided the District is given at least 72 hours advance notice. All proposals must comply with applicable Florida Statutes. 1

3 TABLE OF CONTENTS PART I: GENERAL INFORMATION DEFINITIONS PURPOSE ISSUING OFFICE, DATE AND LOCATION OF OPENING REQUEST FOR PROPOSALS AWARDS DEVELOPMENT COSTS INQUIRIES TIMETABLE DELAYS SUBMISSION AND WITHDRAWAL ADDENDA EQUAL OPPORTUNITY ORAL PRESENTATIONS NEWS RELEASES INSURANCE PERFORMANCE BOND PUBLIC ENTITY CRIME DISCRIMINATORY VENDOR LIST PROHIBITED CONTACT VENDOR CHECKLIST... 8 PART II: SCOPE OF SERVICES INTRODUCTION SCOPE OF SERVICES QUALIFICATIONS EQUIPMENT TO BE FURNISHED BY THE PROPOSER LOCATION OF PROJECTS/SCHEDULED TOUR TIME SCHEDULE DELIVERABLES PAYMENT SCHEDULE PART III: INSTRUCTIONS FOR PREPARING PROPOSALS PART IV: EVALUATION OF PROPOSALS PART V: DRAFT AGREEMENT/EXHIBITS Exhibit A: Species Codes Exhibit B: Condition Class Slides Exhibit C: Invasive Species Exhibit D: Boundary Correction (Walkthrough Method) Exhibit E: General Location and Stand Maps Exhibit F: Audit Specifications

4 PART I: GENERAL INFORMATION 1-1 DEFINITIONS For the purpose of this RFP, "respondent" shall mean contractors, vendors, respondents, organizations, firms or other persons submitting a response to this RFP. 1-2 PURPOSE This RFP provides guidelines for the submission of proposals for the project entitled: ECONFINA CREEK WATER MANAGEMENT AREA PINE FOREST INVENTORY SERVICES 1-3 ISSUING OFFICE, DATE AND LOCATION OF OPENING Division of Land Management and Acquisition Northwest Florida Water Management District 81 Water Management Drive Havana, Florida Hereinafter referred to as the "District". THE DISTRICT MUST RECEIVE ALL PROPOSALS BY 2:00 P.M. ET ON SEPTEMBER 3, REQUEST FOR PROPOSALS The District solicits proposals from qualified respondents to provide pine forest inventory services on approximately 29,603 acres for the Econfina Creek Water Management Area for the development of a land management database. 1-5 AWARDS The District anticipates entering into a contract with the respondent who submits the proposal judged by the District to be most advantageous. The District anticipates awarding one contract which is in its best interest. The respondent understands that this RFP does not constitute an agreement or a contract with the District. An official contract or agreement is not binding until proposals are reviewed and accepted by appointed staff, approved by the appropriate level of authority within the District, and the contract or agreement is executed by both parties. 3

5 The District reserves the right to reject any and all proposals, to negotiate with apparent low respondents, to waive any informalities of a minor nature, and to solicit and re-advertise for other proposals. Mistakes clearly evident on the face of the proposal documents, such as computation errors, may be corrected by the District. All proposals will be subject to the approval of the District s Division of Administration or the District s Governing Board at a duly noticed Board meeting. Notice of a contract award shall be posted in the office of the Agency Clerk. Failure to file a protest within the time prescribed in Section (5), Florida Statutes, shall constitute a waiver of the proceedings under Chapter 120, Florida Statutes. 1-6 DEVELOPMENT COSTS Neither the District nor its representatives shall be liable for any expenses incurred in connection with the preparation of a response to this RFP. Respondents should prepare their proposals simply and economically, providing a straightforward and concise description of the respondents' ability to meet the requirements of the RFP. 1-7 INQUIRIES The District encourages interested parties to contact the District to discuss this RFP. William O. Cleckley, Project Manager, will receive questions concerning this RFP at (850) , ext. 242 from 7:30 A.M. to 4:00 P.M. ET weekdays, from the date of this release through 2:00 P.M. ET, September 3, The District will provide written answers to substantive questions in the form of written addenda to all respondents who requested the RFP package. If issued, the District will post written addenda on its website at least seven calendar days before the proposal opening date. All respondents should contact the District at least seven days before the proposal opening date to ascertain whether any addenda have been issued. 1-8 TIMETABLE The District and respondents shall adhere to the following schedule in all actions concerning this RFP. A. On August 19, 2013, the District issues the RFP. B. From August 19, 2013 to September 3, 2013, the District will receive and answer inquiries (received by telephone and/or by mail). C. The District must receive the proposals by the 2:00 P.M. ET opening time on September 3, D. From opening time the District will review and evaluate the proposals on a timely basis. 4

6 E. The District may enter into a contract after conducting negotiations and obtaining appropriate approvals. 1-9 DELAYS The District may delay scheduled due dates if it is to the advantage of the District to do so. The District will notify prospective respondents of all changes in scheduled due dates by posting on the District s website SUBMISSION AND WITHDRAWAL The District will receive proposals at the following address: Northwest Florida Water Management District Attn: Agency Clerk 81 Water Management Drive Havana, Florida Please be advised that mail delivery to the District is not always by 2:00 P.M. ET. To facilitate processing, the face of the envelope shall state in capital letters: "SEALED PROPOSAL FOR RFP # TO BE OPENED SEPTEMBER 3, 2013, 2:00 P.M. ET AT THE HEADQUARTERS OF THE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT." The envelope shall also include the respondent's return address. Envelopes received but not properly marked will not be considered. Respondents shall submit three copies of the proposal in a sealed, opaque envelope marked as noted above. The respondent may submit the proposal in person, by courier, or by mail. THE DISTRICT MUST RECEIVE ALL PROPOSALS BY 2:00 P.M. ET ON SEPTEMBER 3, The District cautions respondents to assure actual delivery of mailed or hand delivered proposals directly to the District's Division of Administration prior to the deadline set for opening. Telephone confirmation of timely receipt of the proposal may be made by calling (850) and asking for the Agency Clerk before the proposal opening time. Proposals received after the established deadline will not be considered. Receipt of a proposal by any District office or personnel other than the District receptionist or the Division of Administration does not constitute "delivery" as required by this RFP. 5

7 A respondent may withdraw a proposal by notifying the District in writing at any time prior to the opening. Respondents may withdraw proposals in person or through an authorized representative. Respondents and authorized representatives must disclose their identity and provide a signed receipt for the proposal. Proposals, once received, become the property of the District and will not be returned to the respondents. Upon opening, proposals become "public record" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Respondents must invoke the exemptions to disclosure provided by law in the response to the RFP by providing the specific statutory authority for the claimed exemption, identifying the data or other materials to be protected, and stating the reasons why such exclusion from public disclosure is necessary. Proposals will be made available for inspection at the time the District posts notice of its decision or intended decision concerning contract awards, or ten (10) working days after the proposal opening, whichever is earlier ADDENDA If revisions become necessary, the District will provide written addenda to all prospective respondents who requested a paper copy of the RFP. The written addenda will also be posted on the District s internet website and on the State of Florida s Vendor Bid System website. All addenda issued by the District will include a receipt form, which must be signed and included with any proposals that are submitted to the District. In the event that multiple addenda are issued, a separate receipt for each addendum must be included with the proposal at the time it is submitted to the District. Prospective respondents are responsible for determining whether addenda have been issued and are advised to check the websites or with the District s project manager prior to submitting their proposal EQUAL OPPORTUNITY The District recognizes fair and open competition as a basic tenet of public procurement. Respondents doing business with the District are prohibited from discriminating on the basis of race, color, creed, national origin, handicap, age or sex. It is the policy of the District to ensure that qualified respondents wishing to participate in the procurement process have the maximum opportunity to compete and perform on District contracts. The District encourages participation by minority and women business enterprises (MBE/WBE) and requests MBE/WBEs to submit evidence of such designation with their proposals. For further information on designation as a minority business enterprise, prospective respondents may contact the District's Accounting Office at (850)

8 1-13 ORAL PRESENTATIONS At its discretion, the District may require any respondent to make an oral presentation of the proposal. These presentations provide an opportunity for the respondent to clarify the proposal for the District. The District will schedule any such presentations NEWS RELEASES The respondent should obtain the prior approval of the District for all news releases or other publicity pertaining to this RFP or the service, study or project to which it relates INSURANCE The respondent, if awarded a contract, shall maintain insurance coverage reflecting the amounts and conditions specified in the agreement. In the event the respondent is a governmental entity or a self-insured organization, different insurance requirements may apply. Misrepresentation of any material fact, whether intentional or not, regarding the respondent's insurance coverage, policies or capabilities may be grounds for rejection of the proposal and rescission of any ensuing contract PERFORMANCE BOND The respondent, if awarded a contract, will be required to provide the District with a performance bond in the amount of $5,000. The performance bond will be held to protect the District by ensuring contract compliance. The performance bond will be returned to respondent upon successful completion of the contract PUBLIC ENTITY CRIME A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or contractor under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section , for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list DISCRIMINATORY VENDOR LIST An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, 7

9 subcontractor, or contractor under a contract with any public entity; and may not transact business with any public entity PROHIBITED CONTACT Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response VENDOR CHECKLIST Please review the checklist for this Request For Proposal (RFP #13-003) to ensure that you have properly followed the instructions. Many bids and proposals are rejected because the respondent simply failed to comply with required preparation and submission requirements. Have you performed a final review of your proposal to ensure you included all required documentation? Have you verified all amounts to ensure that they are complete and accurate? Have you signed the Acknowledgment form on page 19 and included it in your package? Have you completed the information requested under section 3-3 on pages 20 and 21 and included it in your package? IS YOUR ENVELOPE PROPERLY MARKED? See page 5 of this RFP for further details. (Most rejected proposals/bids are caused by the respondent failing to properly mark their package. All incoming correspondence is opened when received unless properly marked for a specified opening date and time. If your proposal/bid is opened prior to the designated date and time, it cannot be considered). Have you selected the method of shipping that will ensure that you response will arrive before the deadline. Responses received after the date and time specified will not be considered. Have you provided evidence of your Minority Business status, if applicable? Vendor Registration Form provided. Have you completed the W-9 Form attached and included it in your package? 8

10 PART II: SCOPE OF SERVICES 2-1 INTRODUCTION The Northwest Florida Water Management District is seeking one or more forest inventory contractors to submit a proposal to conduct pine forest inventory data collection services on lands in the Econfina Creek Water Management Area (WMA). The District anticipates selecting one forest inventory contractor to provide these services on approximately 29,603 acres of pine forest located in the vicinity of Econfina Creek in northern Bay, southern Washington and southwest Jackson Counties, Florida. The 29,603 acres of pine forest consist of merchantable and premerchantable plantations, natural stands and restored (usually premerchantable) stands. Trees to be inventoried consist of the following pine species: sand, slash, loblolly and longleaf pine. Some spruce pine and mixed hardwoods may also occur in natural pine forest areas, especially along Econfina Creek. 2-2 SCOPE OF SERVICES Pine forest inventory services assignments will consist of pine forest inventory data collection (conducting timber cruises). Specific pine forestry inventory services required under this proposal are as follows: Pine Forest Inventory Services The pine forest inventory services contractor will be required to conduct pine forest inventories of natural pine timber stands and single or multiple sand, slash, loblolly and longleaf pine plantation timber stands as described below. Required Pine Forest Inventory Equipment ArcView 9x/10x, ArcPad RTI and TCruise software (both desktop and handheld versions) are a requirement for all forest inventory data collection on this project. All forest inventory equipment, tools, materials and supplies necessary for the accurate and complete collection of sample plot data will be supplied by the contractor and will not be supplied by the District. Pine Forest Inventory Point Sample Design and Specifications A. Sampling Units/ Sample Points Sampling units will be merchantable and pre-merchantable pine stand polygons contained within the Econfina Creek WMA. Pine stands will be prioritized by the District according to forest type, i.e. plantations, natural and restored longleaf pine stands and plots will be allocated. Pine stand polygons will have a minimum target size of 10 acres, with exceptions for smaller stands of high value and areas of unique composition, and a maximum stand size of 500 acres. 9

11 Sample points will be allocated to pine stands using a systematic plot allocation tool in SilvAssist 3.0 by the District s land management database consultant F4 Tech. The rate of allocation will be determined by the forest cover type with a maximum of 3 acres per plot and a minimum of 10 acres per plot (or 3 plots per stand). Each plot consists of a variable radius overstory point and nested, fixed radius mid-story, regeneration and plot condition samples. B. Data to Be Collected: Overstory Overstory data will be collected at a BAF determined by the forest cover type. For all planted sand pine stands a BAF of 20 will be used. A BAF of 10 will be used for all other pine stands, i.e. slash, loblolly and longleaf. Within the variable radius plot the following data will be recorded for all in trees: Species, DBH, and Product. Total height will be measured and recorded for the first stem of each merchantable pine (DBH greater than 5 inches) species on the plot. If the first merchantable tree encountered has a broken top with no established leader, the height on the next merchantable tree of the same species should be recorded. A species code must be designated by the cruiser for each overstory tree tallied. The default code is - - and must be changed to a valid species code (See Exhibit A). If any plots are submitted with the default species code, the cruiser will be required to revisit these plots. Species codes determine the automatically assigned product class within TCruise. TCruise uses an Auto Assign feature for tree products. Tree product, i.e. pulpwood, chipn-saw, sawtimber, poles and cull should remain on Auto Assign (AA), unless the tree is downgraded to pulpwood or could be utilized as a pole product (POL). Trees will be tallied going clockwise, starting from the first tree north and the first tree shall be flagged. Diameter at breast height will be measured to the nearest 0.1 inch. Age and radial growth data will be collected for all inventoried stands. The minimum number of age measurements per stand will be two (2) and the maximum number of age measurements will be nine (9). An increment core will be taken at breast height (4.5 feet above ground level) on pine species only. Six (6) years will be added to longleaf pine and three (3) years will be added to all other pine species to get total tree age. The radial growth for the last five (5) years will be recorded to the nearest tenth (1/10) of an inch. Age trees need to be either strong dominant or co-dominant in crown position and representative of the stand. The predominant pine species of the stand should be selected for aging by the cruiser. C. Data to be collected: Mid-story, Understory and Regeneration A mid-story and understory condition class will be collected for each plot that is visited. The condition class is determined by the amount of time since the last disturbance, such as fire, chopping, logging or mowing has occurred in the visual vicinity of the plot. The condition class rating will range from 1 to 4 and will be a subjective estimation, based on the provided representative slides. See Exhibit B for these representative condition class slides. These slides will be covered in a pre-project training session. 10

12 Sub-merchantable trees will be collected on a 1/100 th acre fixed radius plot (11.9 ft.) to classify the density and height of existing mid-story tree vegetation. Stems within the radius will be tallied if they are greater than five (5) feet in height and have a DBH between 0.5 to 4.9 (tally will be recorded in 1 size class increments; Size Class 1 = 0.5 to 1.5, Size Class 2 = 1.6 to 2.5, Class 3 = 2.6 to 3.5, Class 4 = 3.6 to 4.9 ) for pine and other softwood species. Tallied pine stems will be classified into one of the following species groups: longleaf pine (LL), slash pine (SA), loblolly pine (LP), or sand pine (PU) by 1-inch DBH classes. Sapling heights to the nearest foot will be assigned to each species and DBH class. Regeneration will also be tallied on the 1/300 th acre fixed radius plot (6.8 foot radius) and will be collected for pine and other softwood species. Any tree species within the radius that is less than five (5) feet in height will be tallied as a seedling. Tallied pine regeneration will be classified into one of the following species groups: longleaf pine (LL), slash pine (SA), loblolly pine (LP), or sand pine (PU). Seedlings will show at least second year growth, be no higher than five (5) feet high and have an established terminal bud. Invasive or exotic plant species observations will be recorded when they are present on or visible from plot center. See Exhibit C in the draft agreement for a listing of exotic species that will be recorded if they are present on or visible from plot center. D. Plot Monumentation Standards All plots will have flagging with the sample plot number and the cruiser s initials hung from any branch nearest plot center at eye-level. Flagging will also be inserted into the ground at plot center and hung from the first tallied tree. E. Boundary Correction Correction for boundary overlap of stands or property boundaries will be accomplished by the Walkthrough Method. This is similar to the Mirage Method, but statistically more defensible. It entails doubling the critical distance to a tree near a boundary. If the doubled distance is greater than the distance to the boundary line, the tree is counted twice. See Exhibit D for a detailed description of the Walkthrough Method. Specific instructions and information regarding this method will be covered in the pre-project training session for the cruisers. F. Tree Measurement Procedures Tree diameters will be measured with either diameter tapes or calipers reading to the nearest 0.1 inch. Limiting distances will be measured with a measuring tape, laser, or sonic measurement device such as the F4 Tech Forge or Hagloff DME. Tree heights will be measured as total height with a traditional clinometer, digital clinometer, or laser. All plots will be tallied starting from the first live tree to the north and working in a clockwise direction. 11

13 G. Product & Data Coding Specifications Pine products will consist of pulpwood (PW), chip-n-saw (CNS), sawtimber (SAW), and poles (POL) and cull (CL). Hardwood products will consist of pulpwood (PW), sawtimber (SAW) and cull (CL). Tree products will be called by the cruiser based on product specifications which are illustrated below. Min. DBH DOB Max. DBH DOB Min. Log Length Min. Top DIB Product Notes Excessive branching, sweep, or defect in Pine Pulpwood 5" 28" saw downgrade to pulp. Chip-n-Saw 8 12" 25 5" Pine Sawtimber 12" None 16' 8" * Pine Poles min. (Utility)** 13.6 None No branches > 3" Hardwood Excessive branching, sweep, or defect in Pulpwood 5 26" 16' 2.5 saw downgrade to pulp. Hardwood Sawtimber 16" None 12' 12" Cull 5" None 16' 0 Non-merchantable stems * Pine Poles are limited to Longleaf and Slash Pine only. Minimum log length is 45 regardless of DBH. Pine Pole minimum DBH measured 6.5 from ground line. H. Inventory Auditing Specifications & Procedures Prior to payment to the contractor, District staff will conduct two data audits which must be passed. The first will be a desk review of the contractor s pine forest inventory data for any errors or omissions in the inventory or spatial data. If errors or omissions are present that data will be returned to the cruiser for correction or in serious cases re-cruising. In addition to the desk review, the District will also conduct a field check cruise. This will consist of an on-site inspection of the inventoried plots to verify that the contractor has met the District s required minimum audit specifications. The check cruise will be conducted on three percent (3%) of the sample points visited during all phases of the inventory. Any plots taken in the field, can be audited by the District. Using the same GIS plot locations from the initial sample, the auditor will navigate to the original plot locations. During the audit, the plot will be tallied according to the initial specifications. Plot by plot comparisons can then be made at any time after the audit is completed according to the following Audit Specifications. 12

14 Audit Specifications: Quantitative Variables to be evaluated: Plot Location - Must be within 50 feet of audit location. Limiting Distance - +/- 1% of distance as measured with tape. DBH (nearest 0.1 ) - +/- 2% of diameter as measured with steel tape. Plot stem count - +/- 1 pulpwood stem missed for every 25 tallies. +/- 1 saw log stem missed for every 50 tallies. Height (total) - +/- 3% from height measured with laser, Vertex or Suunto clinometer. Product class - Pulpwood/CNS 1 error per 50 trees tallied. For Pine Sample Trees: Tree age at DBH - 3 years Saw log - 1 product per 100 trees vs. audit. Crown Position - 1 position class error for every 50 trees Audited Plot Volumes: > 90% of original total plot volume MUST be within +/- 5% of the audited plot volume. All Audited Plots: Average variation in total volume measured by Standard Error MUST be within +/- 5% of audited plots variation in total volume Standard Error. An audit report will be provided to the contractor for his/her information. If the contractor s inventory data differs from the audit by the above specifications those plots will be considered failed and may require revisit, subject to District discretion. Payment to the contractor will be withheld until the contractor brings his/her inventory data into contract compliance. Pine Inventory Stands The District has identified a number of pine stands in the Econfina Creek Water Management Area which are to be inventoried. The following table contains an estimated number of acres 13

15 and plots to be inventoried in Bay, Washington and Jackson Counties. The District may increase or decrease the number of inventoried plots if it judges that to be in its best interest. Region Water Management Area County Activity Inventory Plot Count Acres Bay Inventory 1,293 9,031 Central Econfina Creek Jackson Inventory Washington Inventory 2,483 20,072 Totals 3,882 29,603 The District will provide a personal geodatabase which will contain all the data needed to visit each stand and plot allocated by the District. The geodatabase will contain a Stands feature which will contain all stands in the Econfina Creek Water Management Area and a Plots feature which will contain the location of each allocated plot that must be visited. The database will contain all elements needed to create ArcPad Checkout files. Except for a general location map, DOQ stand maps and a personal geodatabase, contractor must have the capability to supply all equipment and personnel necessary to complete pine forest inventory services for the District. Subcontractors, if used, must be identified and provide documentation of their experience conducting forest inventory services and the types of equipment they have available to conduct forest inventory services on District lands. 2-3 QUALIFICATIONS Proposers shall provide proof of the following qualifications for conducting forest inventory services on District lands: 1. Verification that the contractor is certified to conduct forestry consulting services, i.e. forest inventory services in his/her State of business (Florida does not have a certification program). State Certification Number(s) must be provided. 2. Verification of forest inventory training and/or experience for all personnel, including subcontractors involved in conducting these services on District lands. 3. Minimum of two (2) years experience in conducting forest inventory services on natural pine stands and merchantable and pre-merchantable sand, slash, loblolly and longleaf pine plantations in northern Florida. Documentation of a minimum of 10,000 acres of experience in conducting forest inventory services is required. 4. Possession or access to equipment and materials necessary to conduct forest inventory services on District lands. 5. A professional working knowledge of Florida Best Management Practices (BMPs) as they relate to conducting forest inventory services. 14

16 2-4 EQUIPMENT TO BE FURNISHED BY THE CONTRACTOR The selected contractor will be required to document and furnish the following items: 1. Documentation (provide a list) of all necessary equipment needed to conduct forest inventory services, especially ArcView 9x/10x, ArcPad RTI and TCruise software (both desktop and handheld versions) for the District. 2. All necessary safety and personal protection equipment (PPE) needed for conducting forest inventory services on District lands. Including, but not limited to, leather boots, leather gloves, chaps, eye protection, etc. 3. Hand held equipment as is necessary to conduct forest inventory services on District lands, such as, loggers tape, DBH tape, compass, clinometer, electronic data recording instruments (see # 1 above), GPS, machete, communicators, etc. 2-5 LOCATION OF PROJECTS/SCHEDULED TOUR Designated natural pine and sand, slash, loblolly and longleaf pine plantation stands requiring forest inventory services for the District are located within the Central Land Management Region s Econfina Creek WMA. A general location map and stand maps are attached to this RFP under the draft Agreement as Exhibit E. A personal geodatabase with all the data needed to visit each stand and plot allocated by the District will be made available to the successful contractor. On Tuesday, August 27, 2013, the District will conduct one tour of a representative sample of the Econfina Creek WMA s natural pine and pine plantation stands for conducting forest inventory services for the District. All interested contractors should meet at 9:00 a.m. CDT at the District s Econfina Creek Field Office located approximately 8 miles west of the junction of U.S. Highway 231/State Hwy. 20. The tour is expected to be completed within a four-to-six hour timeframe. This will be the only tour conducted by District staff for this Request for Proposal. As such, the District encourages interested contractors to attend the tour. Please contact William O. Cleckley at , Ext. 242 if you or a representative will attend the tour and for directions to the Econfina Creek Field Office. Interested contractors are encouraged and welcome to visit the Econfina Creek WMA on their own. Be aware that access to some stands may be restricted by gate, so call ahead for instructions. 2-6 TIME SCHEDULE The District anticipates that the term of the contract shall be from October 1, 2013 through September 30, 2014 (12 months), subject to District discretion and approval. Notwithstanding the above, the District will require that all forest inventory services be completed on the Econfina Creek WMA on or before February 28, The District may 15

17 expand and renew the forest inventory services contract for up to one or more 12-month periods, subject to approval by the District s Governing Board and based on the contractor s performance while conducting forest inventory services for the District. 2-7 DELIVERABLES The contractor will be responsible for weekly and monthly deliverables. The contractor must complete a monthly status report showing the number of forest inventory plots that have been completed and shall provide the District s Project Manager or his/her representative a copy of all such reports. In addition to monthly progress reports the contractor must also submit weekly deliverables which include TCruise field files completed for the previous week and a shapefile with all completed plots. The contractor shall contact the District s Project Manager or his designated representative, Mark Herndon, Associate Lands Manager Forestry Operation, Central Region [ (Office) or (Cell)] of any such problems encountered while conducting forest inventory services for the District. The contractor s monthly invoice must contain a summary of the inventory plots completed, which matches the monthly progress report and such invoice shall be verified as accurate and true by District personnel prior to payment. 2-8 PAYMENT SCHEDULE The contractor may invoice the District monthly for the number of completed forest inventory plots satisfactorily performed. 16

18 PART III: INSTRUCTIONS FOR PREPARING PROPOSALS 3-1 RULES FOR PROPOSALS A. COMPLIANCE All proposals must comply with applicable Florida Statutes, laws and rules. B. ENVELOPE REQUIREMENTS One copy of each proposal must be submitted in a sealed opaque envelope. The face of the envelope shall state in capital letters: "SEALED PROPOSAL FOR RFP # TO BE OPENED SEPTEMBER 3, 2013, 2:00 P.M. ET AT THE HEADQUARTERS OF THE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT." C. DELIVERY RESPONSIBILITIES The District cautions respondents to assure actual delivery of mailed or hand delivered proposals directly to the District's Division of Administration prior to the deadline set for opening. Telephone confirmation of timely receipt of the proposal may be made by calling (850) and asking for the Agency Clerk before the proposal opening time. Proposals received after the established deadline will not be considered. Proposals by telegram, telephone or fax will not be acceptable. The Northwest Florida Water Management District is located in the Eastern Time Zone, approximately ten (10) miles west of Tallahassee on U.S. Highway 90. Please be advised that mail delivery to the District is not always by 2:00 P.M. ET. D. DISTRICT FORMS When included, all proposals shall be submitted on forms supplied by the Northwest Florida Water Management District. E. CONFLICT OF INTEREST The award hereunder is subject to Chapter 112, Florida Statutes. All respondents shall disclose with their proposal the name of any officer, director, board member or agent who is also an employee of the State of Florida, or any of its agencies. Further, all respondents shall disclose the name of any state employee or any board member or employee of the District who owns directly or indirectly an interest of ten percent (10%) or more in the respondent's firm, subsidiaries or branches. 17

19 F. TAX EXEMPT The District is not subject to Florida sales tax or to any federal excise taxes on all sales made directly to the District, and neither shall be included in the proposal price. Tax exemption forms will be supplied to the successful respondent upon request. G. TRANSPORTATION Any transportation or other charges incurred in the delivery of the product or service as specified must be included in the price. H. COSTS All costs whether direct or indirect which will be ultimately paid by the District must be included in the price. Any indirect, overhead, profit margin or other such costs, however named, which are reflected as a percentage figure must also be identified in a dollar amount and included in the proposal price. 18

20 3-2 ACKNOWLEDGMENT I, the undersigned, having read Parts I through V of this RFP #13-003, and having a comprehensive understanding of all provisions, rules, requirements, restrictions, etc. contained herein, agree to same and respectfully submit the proposal contained herein. Authorized Signature Position or Title Typed Name of Above Signature Agency or Company Unsigned proposals may be rejected by the Agency Clerk of the Northwest Florida Water Management District. April Murray, Agency Clerk Northwest Florida Water Management District 19

21 3-3 PROPOSAL FORMAT If you are interested in conducting pine forest inventory services for the Northwest Florida Water Management District, please provide the following in as succinct a format as possible: a) Name, business address and address of any branch offices; b) Information on the principal; 1. Formal education 2. Organizational memberships and designations 3. Years of forest inventory experience; describe experience in similar work c) Information on appropriate staff; 1. Formal education 2. Organizational memberships and designations 3. Years of forest inventory experience; describe experience in similar work d) Qualifications of the firm, including documentation of the firm s experience; e) A per plot rate ($/plot) to provide the District with pine forest inventory services for merchantable and premerchantable pine inventory plots. f) List of Florida counties where you have performed forest inventory services; f) List at least three (3) former clients [include name, address and telephone number] that can serve as a reference on similar past forest inventory service projects performed by the contractor; g) An indication of the current and projected workload of your firm as it relates to your ability to quickly respond to and complete this pine forest inventory services assignment; h) Evidence if you are a minority business; (A Vendor Registration Form is attached) i) Provide evidence of current levels of insurance (refer to Article 3 Insurance in Draft Agreement) in areas of General Liability, Automobile Liability and Workers Compensation; j) Provide a summary of any litigation filed against the contractor in the past three (3) years which relates to forest inventory services that respondent provides in the regular course of business. The summary shall state the nature of the litigation, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved; 20

22 k) If contractor is a corporation, provide certification from the Florida Secretary of State verifying respondent s corporate status and good standing, and in the case of out-of-state corporations, evidence of authority to do business in the State of Florida; l) Any other materials or information that might assist the District in evaluating your qualifications; 21

23 PART IV: EVALUATION OF PROPOSALS 4-1 Evaluation Criteria Evaluation of the submitted proposal materials will be carried out by staff of the Northwest Florida Water Management District using the criteria listed below: a) Qualifications of principal b) Qualifications of additional personnel c) Qualifications and experience of the firm to conduct forest inventory services d) Inventory of equipment, especially data recording devices/software and materials necessary to conduct forest inventory services e) Per plot rate ($/plot) required to conduct pine forest inventory services for merchantable and premerchantable pine inventory plots f) Reference from former clients of similar past forest inventory services g) Current levels of insurance h) Litigation history i) Minority business status 22

24 PART V: DRAFT AGREEMENT 5-1 Draft Agreement/Exhibits Please see the attached draft agreement/exhibits. This agreement is subject to change subsequent to District legal counsel review. 23

25 ECONFINA CREEK WATER MANAGEMENT AREA PINE FOREST INVENTORY SERVICES AGREEMENT This Agreement is made this day of, 2013 by and between the Northwest Florida Water Management District (hereinafter called the DISTRICT ), and, (hereafter called the CONTRACTOR ). The DISTRICT and the CONTRACTOR agree as set forth below: ARTICLE 1 Contract Documents The contract documents which make up this Agreement consist of this Agreement document, exhibit maps, request for proposal, technical specifications, all addenda issued prior to the execution of this Agreement, the proposal submitted by the CONTRACTOR, and all modifications issued subsequent thereto. These documents are part of this Agreement as if attached to this Agreement, whether or not they are actually attached. Pine Forest Inventory Services ARTICLE 2 Description of Work Pine Forest Inventory Services will consist of forest inventory data collection services (conducting timber cruises) on approximately 29,603 acres of pine forest located in the vicinity of Econfina Creek in northern Bay, southern Washington and southwest Jackson Counties, Florida. The 29,603 acres of pine forest consist of merchantable and premerchantable plantations, natural stands and restored (usually premerchantable) stands. Trees to be inventoried consist of the following pine species: sand, slash, loblolly and longleaf pine. Some spruce pine and mixed hardwoods may also occur in natural pine forest areas, especially along Econfina Creek. DISTRICTPROJECT AREAS/REQUIRED SERVICES Pine Forest Inventory Services The DISTRICT has identified the following: 1) the counties where forest inventory services will be conducted; 2) the maximum number of forest inventory plots required; and 3) the total acres to be inventoried of natural pine forest and sand, slash, loblolly and longleaf pine plantation stands within the Econfina Creek WMA requiring forest inventory services: 24

26 Region Water Management Area County Activity Inventory Plot Count Acres Bay Inventory 1,293 9,031 Central Econfina Creek Jackson Inventory Washington Inventory 2,483 20,072 Totals 3,882 29,603 The boundaries of the Pine Forest Inventory Services work project areas are shown on the maps attached hereto as Exhibit E [General Location Map and Stand Maps]. Pine forest inventory stand maps will be provided to the CONTRACTOR by the DISTRICT, including a personal geodatabase which will contain all the data needed to visit each stand and the number of plots allocated per stand that will require inventorying by the CONTRACTOR. ARTICLE 3 Insurance The CONTRACTOR shall obtain all coverage as may be required by Florida law, including Workers Compensation. Further, the CONTRACTOR shall be insured for vehicle liability and public liability with limits not less than $300,000 per person, $500,000 per occurrence for personal injury, and $300,000 for property damage coverage. Evidence of all such insurance satisfactory to the DISTRICT shall be furnished prior to beginning operations, and all such insurance policies shall provide for ten (10) days notice to the DISTRICT of cancellation or any material change in the terms of the insurance policies. ARTICLE 4 Terms of Agreement Pine Forest Inventory Services shall begin on October 1, 2013, and terminate no later than September 30, 2014 or for a 12-month period, subject to approval of the DISTRICT S fiscal year budget. Pine Forest Inventory Services for the Econfina Creek WMA shall begin on October 1, 2013 and be completed by the CONTRACTOR on or before February 28 th, Additional pine forest inventory services assignments may occur on other DISTRICT water management areas during the remainder of fiscal year , subject to available funds. The DISTRICT may renew the agreement up to one or more 12-month periods, subject to satisfactory contract performance and approval of the District s fiscal year and budgets. The granting of extensions of time for pine forest inventory service assignments shall be in the sole discretion of the District. Any requests for an extension must be made by the CONTRACTOR in writing. 25

27 ARTICLE 5 Technical Specifications Pine Forest Inventory Services shall meet or exceed the following minimum specifications: Pine Forest Inventory Services The CONTRACTOR will be required to conduct pine forest inventories of natural pine timber stands and single or multiple sand, slash, loblolly and longleaf pine plantation timber stands as required below to populate a land management database that is being developed by the DISTRICT for the Econfina Creek WMA. The Pine Forest Inventory Services CONTRACTOR will be required to conduct pine forest inventories as described below. Required Pine Forest Inventory Equipment ArcView 9x/10x, ArcPad RTI and TCruise software (both desktop and handheld versions) are a requirement for all forest inventory data collection under this agreement. All forest inventory equipment, tools, materials and supplies necessary for the accurate and complete collection of sample plot data will be supplied by the CONTRACTOR and will not be supplied by the District. Pine Forest Inventory Point Sample Design and Specifications A. Sampling Units/ Sample Points Sampling units will be merchantable and pre-merchantable pine stand polygons contained within the Econfina Creek WMA. Pine stands have been prioritized by the DISTRICT according to forest type, i.e. plantations, natural and restored longleaf pine stands and plots will be allocated. Pine stand polygons will have a minimum target size of 10 acres, with exceptions for smaller stands of high value and areas of unique composition, and a maximum stand size of 500 acres. Sample points will be allocated to pine stands using a systematic plot allocation tool in SilvAssist 3.0. The rate of allocation will be determined by the forest cover type with a maximum of 3 acres per plot and a minimum of 10 acres per plot (or 3 plots per stand). Each plot consists of a variable radius overstory point and nested, fixed radius mid-story, regeneration and plot condition samples. B. Data to Be Collected: Overstory Overstory data will be collected at a BAF determined by the forest cover type. On all planted sand pine stands a BAF of 20 will be used. A BAF of 10 will be used for all other pine stands, i.e. slash, loblolly and longleaf. 26

28 Within the variable radius plot the following data will be recorded for all in trees: Species, DBH, and Product. Total height will be measured and recorded for the first stem of each merchantable pine (DBH greater than 5 inches) species on the plot. If the first merchantable tree encountered has a broken top with no established leader, the height on the next merchantable tree of the same species should be recorded. A species code must be designated by the CONTRACTOR S cruisers for each overstory tree tallied. The default code is - - and must be changed to a valid species code by each cruiser. See Exhibit A for a list of species codes. If any plots are submitted with the default species code, the CONTRACTOR s cruiser(s) must revisit these plots. Species codes determine the automatically assigned product class within the TCruise Template. TCruise uses an Auto Assign feature for tree products. Tree product should remain on Auto Assign (AA), unless the tree is downgraded to pulpwood or could be utilized as a Pole product (POL). Trees will be tallied going clockwise, starting from the first tree north and the first tree should be flagged. Diameter at breast height will be measured to the nearest 0.1 inch. Age and radial growth data will be collected for all inventoried stands. The minimum number of age measurements will be two (2) and the maximum number of age measurements will be nine (9). An increment core will be taken at breast height (4.5 feet above ground level) on pine species only. Six (6) years will be added to longleaf pine and three (3) years will be added to all other pine species to get total tree age. The radial growth for the last five (5) years will be recorded to the nearest tenth (1/10) of an inch. Age trees need to be either strong dominant or co-dominant in crown position and representative of the stand. The predominant pine species of the stand should be selected for aging by the CONTRACTOR s cruisers. C. Data to be collected: Mid-story, Understory and Regeneration A mid-story and understory condition class will be collected for each plot that is visited. The condition class is determined by the amount of time since the last disturbance, such as fire, chopping, logging or mowing has occurred in the visual vicinity of the plot. The condition class rating will range from 1 to 4 and will be a subjective estimation, based on provided representative slides. See Exhibit B for representative condition class slides. These condition class slides and other aspects of the pine forest inventory services assignment will be covered in a pre-project training session. The CONTRACTOR S timber cruisers will be required to attend this mandatory pre-project training session. The DISTRICT will contact the CONTRACTOR to schedule the pre-project training session soon after contract execution. The mandatory pre-project training session will be held at DISTRICT Headquarters or the Econfina Creek Field Office, subject to agreement on date, time and location by both parties. Sub-merchantable trees will be collected on a 1/100 th acre fixed radius plot (11.9 ft.) to classify the density and height of existing mid-story tree vegetation. Stems within the radius will be tallied if they are greater than five (5) feet in height and have a DBH between 0.5 to 4.9 (tally will be recorded in 1 size class increments; Size Class 1 = 0.5 to 1.5, Size Class 2 = 1.6 to 2.5, Class 3 = 2.6 to 3.5, Class 4 = 3.6 to 4.9 ) for pine and other softwood species. Tallied pine stems will be classified into one of the following species groups: longleaf pine (LL), slash 27

29 pine (SA), loblolly pine (LP), or sand pine (PU) by 1-inch DBH classes. Sapling heights to the nearest foot will be assigned to each species and DBH class. Regeneration will also be tallied on the 1/300 th acre fixed radius plot (6.8 foot radius) and will be collected for pine and other softwood species. Any tree species within the radius that is less than five (5) feet in height will be tallied as a seedling. Tallied pine regeneration will be classified into one of the following species groups: longleaf pine (LL), slash pine (SA), loblolly pine (LP), or sand pine (PU). Seedlings will show at least second year growth, be no higher than five (5) feet high and have an established terminal bud. Invasive or exotic plant species observations will be recorded when they are present on or visible from plot center. See Exhibit C for a listing of exotic species that will be recorded if they are present on or visible from plot center. D. Plot Monumentation Standards All pine forest inventory plots will have flagging with the sample plot number and the cruiser s initials hung from any branch nearest plot center at eye-level. Flagging will also be inserted into the ground at plot center and hung from the first tallied tree. E. Boundary Correction Correction for boundary overlap of stands or property boundaries will be accomplished by the Walkthrough Method. This is similar to the Mirage Method, but statistically more defensible. It entails doubling the critical distance to a tree near a boundary. If the doubled distance is greater than the distance to the boundary line, the tree is counted twice. Specific instructions and information regarding this method will be covered in the mandatory pre-project training session for the CONTRACTOR S cruisers. See Exhibit D for instructions concerning the Walkthrough Method. F. Tree Measurement Procedures Tree diameters will be measured with either diameter tapes or calipers reading to the nearest 0.1 inch. Limiting distances will be measured with a measuring tape, laser, or sonic measurement device such as the F4 Tech Forge or Hagloff DME. Tree heights will be measured as total height with a traditional clinometer, digital clinometer, or laser. All plots will be tallied starting from the first live tree to the north and working in a clockwise direction. G. Product & Data Coding Specifications Pine products will consist of pulpwood (PW), chip-n-saw (CNS), sawtimber (SAW), and poles (POL) and cull (CL). Hardwood products will consist of pulpwood (PW), sawtimber (SAW) and cull (CL). Tree products will be called by the CONTRACTOR s cruisers based on product specifications which are illustrated below. 28

30 Min. DBH DOB Max. DBH DOB Min. Log Length Min. Top DIB Product Notes Excessive branching, sweep, or defect in Pine Pulpwood 5" 28" saw downgrade to pulp. Chip-n-Saw 8 12" 25 5" Pine Sawtimber 12" None 16' 8" * Pine Poles min. (Utility)** 13.6 None No branches > 3" Hardwood Excessive branching, sweep, or defect in Pulpwood 5 26" 16' 2.5 saw downgrade to pulp. Hardwood Sawtimber 16" None 12' 12" Cull 5" None 16' 0 Non-merchantable stems * Pine Poles are limited to Longleaf and Slash Pine only. Minimum log length is 45 regardless of DBH. Pine Pole minimum DBH measured 6.5 from ground line. ARTICLE 6 Subcontracts The CONTRACTOR shall not subcontract, assign or transfer any work under this Agreement without the written consent of the District. Any subcontractors that may be employed by the CONTRACTOR must be approved by the DISTRICT to perform Pine Forest Inventory Services assignments and must also adhere to all provisions of this Agreement. ARTICLE 7 Termination of Agreement A. The DISTRICT or its designated representatives will decide all questions, difficulties and disputes of whatever nature that may arise under or by reason of this Agreement. The District s decision upon all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto. B. If the CONTRACTOR shall fail to fulfill its obligations in a timely and proper manner under this Agreement, or if the CONTRACTOR shall violate any of the covenants, agreements or stipulations of this Agreement, the DISTRICT shall have the right to terminate this Agreement. This right to terminate will be exercised by giving written notice to the CONTRACTOR of such termination and specifying the effective date thereof. The CONTRACTOR shall not be relieved of liability to the DISTRICT for damages sustained by the DISTRICT because of any breach of the contract, and the DISTRICT may deduct the amount of damages due to such breach from the Performance Bond, without prejudice to any other 29

31 rights the DISTRICT may have as a result of such breach, including but not limited to the right to consequential or incidental damages. C. The DISTRICT may terminate this agreement without cause upon 30 days prior notification to the CONTRACTOR. ARTICLE 8 Indemnification The CONTRACTOR hereby agrees to indemnify, defend, save and hold the DISTRICT harmless from all claims, demands, liabilities and suits of any nature whatsoever arising out of, because of or due to any negligent act or occurrence of omission or commission by the Contract, its agents or employees. ARTICLE 9 Payments Prior to payment to the CONTRACTOR, DISTRICT staff will conduct two data audits which must be passed. A. The first will be a desk review of the CONTRACTOR S pine forest inventory data for any errors or omissions in the inventory or spatial data collected. If errors or omissions are present that data will be returned to the cruiser for correction or in serious cases re-cruising. B. In addition to the desk review, the DISTRICT will also conduct a field check cruise. This will consist of an on-site inspection of the inventoried plots to verify that the CONTRACTOR has met the District s required minimum audit specifications. The check cruise will be conducted on three percent (3%) of the sample points visited during all phases of the pine forest inventory. Any plots taken in the field, can be audited by the District. Using the same GIS plot locations from the initial sample, the auditor will navigate to the original plot locations. During the audit, the plot will be tallied according to the initial specifications. Plot by plot comparisons can then be made at any time after the audit is completed according to the Audit Specifications attached as Exhibit F. Per the above requirement, payment to CONTRACTOR will be withheld until the CONTRACTOR brings his/her pine forest inventory plot data collection information into audit specification compliance. C. Payments for Pine Forest Inventory Services will be based upon the per plot rate amount listed in the CONTRACTOR s proposal for conducting forest inventory services for merchantable and premerchantable pine inventory plots. D. The CONTRACTOR will be paid within thirty (30) working days upon receipt of an invoice for those pine forest inventory plots that have been completed and successfully passed the 30

32 DISTRICT S desk and field audit specifications for Pine Forest Inventory Services. The maximum compensation for this Agreement for the following categories shall not exceed the amounts listed below: The DISTRICT will pay the CONTRACTOR a per plot rate of $XX.XX for each merchantable and premerchantable pine inventory plot as determined and verified by the CONTRACTOR s submitted pine forest inventory data. In any event, the total compensation due the CONTRACTOR shall not exceed $XX, XXX.XX. The DISTRICT reserves the right to revise upward or downward the maximum compensation amount listed above for the Pine Forest Inventory Services assignment, subject to the final number of merchantable and premerchantable pine forest inventory plots required by the DISTRICT for statistical accuracy purposes for development of a land management database for the Econfina Creek WMA. E. Payments for Pine Forest Inventory Services will be subject to desk review/approval of data collected and field inspection/approval of the pine forest inventory data collected meeting audit specifications. The DISTRICT S Director, Division of Land Management and Acquisition will be the project manager and will determine, in his sole discretion, whether or not the CONTRACTOR has successfully completed all phases of the Pine Forest Inventory Services assignment. Payment will not be made to the CONTRACTOR until the DISTRICT receives written authorization to do so by the District s project manager. In addition, the DISTRICT S land management database consultant, F4 Tech, will serve as the DISTRICT S desk review/approval supervisor and the District s field review/approval supervisor of audited pine forest inventory plots. Payment will not be made to the CONTRACTOR until F4 Tech provides written authorization to the DISTRICT S project manager that the CONTRACTOR has successfully completed all or a portion of the Pine Forest Inventory Services assignment. F. Invoices must be submitted in detail sufficient for a proper pre-audit and post-audit thereof. Payment will be made within 30 days of receipt of invoice and acceptance and approval by the District s contract project manager. G. In addition, upon Agreement execution, the CONTRACTOR shall furnish a Cashier s Check, Money Order or Surety Bond to serve as a Performance Bond, in the amount $5,000, the receipt of which is hereby acknowledged. The Performance Bond shall be returned to CONTRACTOR at the termination of this Agreement provided all of its terms have been complied with to the satisfaction of the DISTRICT. This Performance Bond, furnished by CONTRACTOR, shall provide protection to the DISTRICT. H. If a Surety Bond is provided by CONTRACTOR, it shall include a provision whereby the surety company waives notice of any alteration to this Agreement or extension of time made by DISTRICT. The bond will remain in force beyond the initial period of the Agreement in accordance with any extension granted by DISTRICT. 31

33 I. All monies deposited under this Agreement shall, upon failure of CONTRACTOR to fulfill all conditions and requirements herein set forth or made a part hereof, be retained by DISTRICT to be applied to the satisfaction of CONTRACTOR s obligation hereunder. J. The DISTRICT may cancel this Agreement for refusal by the CONTRACTOR to allow public access to all documents, papers, letters, or other materials subject to the provisions of Chapter 119, Florida Statutes. ARTICLE 10 Penalties If the CONTRACTOR fails to provide the Pine Forest Inventory Services at the locations and on the dates specified in the Agreement, the DISTRICT shall have the right to forfeit the entire performance bond or a portion thereof for the agreed-upon Pine Forest Inventory Services to be performed by the CONTRACTOR. Forfeiture of the entire performance bond or a portion thereof may be waived by the DISTRICT, in its sole discretion, for acts of God or for other appropriate reasons submitted by the CONTRACTOR. ARTICLE 11 Amendments This Agreement and the documents referenced herein embody the entire agreement of the parties. This Agreement shall supersede all previous communications, representations or agreements, either oral or written, between the parties hereto. Amendments to this Agreement must be made in writing and executed by both parties. ARTICLE 12 Discriminatory Vendor List An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies 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. ARTICLE 13 Public Entity Crime A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on contract to provide any goods or services to a 32

34 public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed as of this day of, CONTRACTOR Northwest Florida Water Management District By: Print Name: By: Jon Steverson Executive Director Print Title: Date: Date: 33

35 Exhibit A: Species Codes Spp code Species name Spp code Species name AE American elm PE Pecan HY American Holly PS Persimmon WA Ash PH Pignut Hickory OC Atlantic White Cedar PD Pond Pine AB Beech PO Post Oak BC Black Cherry RM Red Maple BK Black Locust RY Red Mulberry BO Black Oak RB River Birch WN Black Walnut MG S Magnolia BL Black Willow HI Sand Hickory BG Blackgum PU Sand Pine BJ Blackjack Oak SS Sassafras QN Bluejack Oak SK Scrub Oak CW Cottonwood SP Shortleaf Pine PC Cypress QS Shumard Oak RC Eastern Red Cedar SA Slash Pine DW Flowering Dogwood CA Southern Catalpa HB Hackberry SK Southern Red Oak LK Laurel Oak SP Spruce Pine LO Live Oak SN Swamp Chestnut Oak LP Loblolly Pine MV Sweet Bay LL Longleaf Pine SU Sweetgum MH Mocker nut Hickory SY Sycamore TO Turkey Oak WK Water Oak WO White Oak WE Winged Elm YP Yellow Poplar 34

36 Exhibit B: Condition Class Slides Condition Class I Condition Class I would be considered by most people to be the healthiest. Disturbance regimes: Flatwoods once in every 4 years Sandhill once in every 3 years Scrub once in every 8-20 years Marsh/Wet Prairie once in every 4 years 2 35

37 Condition Class II Has not had a successful disturbance within one fire interval but it has within two fire intervals. Shrubs begin to dominate portions of the unit. Ground cover is still abundant, but it is starting to be edged out. 3 36

38 Condition Class III Has not had a successful disturbance within three or more fire intervals and has begun to change plant communities. Shrubs dominate much of the unit. Ground cover is impacted. Can still be recovered, but action is required soon, fire alone may not be sufficient. 4 37

39 Condition Class IV The unit has gone so long without disturbance, that it has changed natural communities entirely and should no longer be considered a unit maintained with fire. Groundcover is nearly absent Significant time, energy and money will be required to restore the area to the original plant community. 5 38

40 Exhibit C: Invasive Species Scientific Name Albizia julibrissin Aleurites fordii Broussonetia papyrifera Cinnamomum camphora Dioscorea bulbifera Imperata cylindrica Ligustrum spp. Lonicera japonica Lygodium japonicum Melia azedarach Nandina domestica Paulownia tomentosa Phyllostachys aurea Pueraria montana Rhynchelytrum repens Sapium sebiferum/ Triadica sebifera Solanum viarum Wisteria sinensis Common Name Mimosa Tung Oil Tree Paper Mulberry Camphor Tree Air Potato Cogongrass Privet, Non-native Japanese Honeysuckle Japanese Climbing Fern Chinaberry Nandina Princess Tree Golden Bamboo Kudzu Natal Grass Chinese Tallow Tree Tropical Soda Apple Chinese Wisteria 39

41 Exhibit D: Boundary Correction (Walkthrough Method) The Walkthrough Method is unbiased and easy to implement in the field since it does not actually require the cruiser to cross the boundary. The figure below depicts instances where sample in trees are counted once and locations where they are counted twice. Simple instructions for each in tree near the boundary are presented below: Procedure: Measure the distance from the point center to the sample in tree. While maintaining the same bearing, double the distance. If the endpoint falls outside the boundary, the sample in tree is counted twice. All other in trees are counted once. Table 1. A decision key for field implementation of the walkthrough method. The key is entered whenever a tallied object appears close to the boundary. I. Is it possible that the tallied object is closer to the boundary, than to the sample point? Ia. NO No action needed. Tally the object normally. Ib. YES Proceed to II. II. Measure the distance from the sample point to the object (x). Now measure the distance from the object to the boundary, continuing on the same bearing (y). Is y less than x? IIa NO No action needed. Tally the object normally. IIb. YES Proceed to III. III. Does the boundary curve back across the walkthrough line? IIIa. NO Walkthrough point must be outside the tract. Double-tally the object. IIIb. YES Proceed to IV. IV. Move to the walkthrough point, so that the distance to the object equals the previously measured distance x along the same bearing, or to a point where that location can be clearly identified. Is the walk through point inside the tract? IVa. NO Double-tally the object. IVb. YES Tally the object normally. References Ducey, M., Gove, J, and Valentine, H., A walkthrough Solution to the boundary overlap problem. Forest Science, 50, pp

42 Exhibit E: General Location and Stand Maps 41

43 42

44 43

45 44

46 45

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 16/17-008AO FORESTRY CONSULTING SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 16/17-008AO FORESTRY CONSULTING SERVICES. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 16/17-008AO FORESTRY CONSULTING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposal Schedule 2 3 Instructions to

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID ITB 16/17-027AO FORESTRY CONSULTING SERVICES. Table of Contents. Section Title Page

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID ITB 16/17-027AO FORESTRY CONSULTING SERVICES. Table of Contents. Section Title Page SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID ITB 16/17-027AO FORESTRY CONSULTING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions to Bidders

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 15/ AO SWIFT CREEK ROLLER CHOPPING SERVICES.

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 15/ AO SWIFT CREEK ROLLER CHOPPING SERVICES. SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 15/16-022 AO SWIFT CREEK ROLLER CHOPPING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions

More information

INVITATION TO BID 2017 PINE AND HARDWOOD TREE ERADICATION SERVICES NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-014)

INVITATION TO BID 2017 PINE AND HARDWOOD TREE ERADICATION SERVICES NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-014) INVITATION TO BID 2017 PINE AND HARDWOOD TREE ERADICATION SERVICES NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-014) The Northwest Florida Water Management District, 81 Water Management

More information

INVITATION TO BID 2017 UPLAND WIREGRASS SEED COLLECTION BID NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-002)

INVITATION TO BID 2017 UPLAND WIREGRASS SEED COLLECTION BID NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-002) INVITATION TO BID 2017 UPLAND WIREGRASS SEED COLLECTION BID NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-002) The Northwest Florida Water Management District, 81 Water Management Drive,

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID RFP 12/ LR WOODS MOWING SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID RFP 12/ LR WOODS MOWING SERVICES. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID RFP 12/13-009 LR WOODS MOWING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions to Bidders 2

More information

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT. Request for Proposals (RFP) No PROFESSIONAL SURVEYING SERVICES

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT. Request for Proposals (RFP) No PROFESSIONAL SURVEYING SERVICES NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT Request for Proposals (RFP) No. 15-002 PROFESSIONAL SURVEYING SERVICES The Northwest Florida Water Management District (District), 81 Water Management Drive,

More information

INVITATION TO BID CHOCTAWHATCHEE RIVER HARRIS CHAPEL 2018 THINNING TIMBER SALE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 18B-003)

INVITATION TO BID CHOCTAWHATCHEE RIVER HARRIS CHAPEL 2018 THINNING TIMBER SALE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 18B-003) INVITATION TO BID CHOCTAWHATCHEE RIVER HARRIS CHAPEL 2018 THINNING TIMBER SALE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 18B-003) The Northwest Florida Water Management District, 81 Water

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 09/ LAM APPROVED REAL ESTATE BROKERS. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 09/ LAM APPROVED REAL ESTATE BROKERS. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 09/10-035 LAM APPROVED REAL ESTATE BROKERS Table of Contents Section Description Page 1 Introduction 1 2 Proposed Schedule 2 3 Instruction

More information

INVITATION TO BID ECONFINA CREEK 2017 BURNT TRAILER SAND PINE TIMBER SALE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-018)

INVITATION TO BID ECONFINA CREEK 2017 BURNT TRAILER SAND PINE TIMBER SALE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-018) INVITATION TO BID ECONFINA CREEK 2017 BURNT TRAILER SAND PINE TIMBER SALE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-018) The Northwest Florida Water Management District, 81 Water Management

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSAL NO. 09/10-018LM NON-NATIVE, INVASIVE WEED CONTROL. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSAL NO. 09/10-018LM NON-NATIVE, INVASIVE WEED CONTROL. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSAL NO. 09/10-018LM NON-NATIVE, INVASIVE WEED CONTROL Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions

More information

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

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

INVITATION TO BID SR-15 DEVILS HAMMOCK #1 REBID

INVITATION TO BID SR-15 DEVILS HAMMOCK #1 REBID SRWMD ITB 14/15-029 AO INVITATION TO BID SR-15 DEVILS HAMMOCK #1 REBID Suwannee River Water Management District (SRWMD or Owner) invites you to participate in the bidding process for timber on the property

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 08/ LA REVIEW APPRAISER SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 08/ LA REVIEW APPRAISER SERVICES. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 08/09-120 LA REVIEW APPRAISER SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions

More information

INVITATION TO BID UPLAND WIREGRASS SEED COLLECTION AND SALE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 14B-001)

INVITATION TO BID UPLAND WIREGRASS SEED COLLECTION AND SALE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 14B-001) INVITATION TO BID UPLAND WIREGRASS SEED COLLECTION AND SALE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 14B-001) The Northwest Florida Water Management District, 81 Water Management Drive,

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 12/ LR APPROVED SURVEYOR LIST. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 12/ LR APPROVED SURVEYOR LIST. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 12/13-021 LR APPROVED SURVEYOR LIST Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions to

More information

INVITATION TO BID 2017 AERIAL SITE PREPARATION PROJECT NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-017)

INVITATION TO BID 2017 AERIAL SITE PREPARATION PROJECT NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-017) INVITATION TO BID 2017 AERIAL SITE PREPARATION PROJECT NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 17B-017) The Northwest Florida Water Management District, 81 Water Management Drive, Havana,

More information

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses State of Florida Department of Transportation District 4 Office of Procurement 3400 West Commercial Boulevard Ft. Lauderdale, Florida 33309-3421 INVITATION TO BID REGISTRATION ******************************************************************************

More information

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services CTH BB from University Dr. to Pond Road CTH C from CTH F to East Co. Line CTH V from Palmer Road to Amberg Posting Date: May

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 14/15-036AO MALLORY SWAMP DITCH MOWING SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 14/15-036AO MALLORY SWAMP DITCH MOWING SERVICES. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 14/15-036AO MALLORY SWAMP DITCH MOWING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions

More 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

State of Florida Department of Transportation

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

More information

INVITATION TO BID U Directional Boring Utility Department

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

More information

Request for Proposals. 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

INVITATION TO BID SALE OF SURPLUS MODULAR OFFICE BUILDING NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 15B-015)

INVITATION TO BID SALE OF SURPLUS MODULAR OFFICE BUILDING NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 15B-015) INVITATION TO BID SALE OF SURPLUS MODULAR OFFICE BUILDING NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 15B-015) The Northwest Florida Water Management District, 81 Water Management Drive, Havana,

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

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CASTRO AVE. AND F.M. 462 WATER IMPROVEMENTS PUBLISHED DATE: March 1, 2018 RESPONSE DUE DATE: April 24, 2018 Interested vendors must submit a RESPONSE PACKAGE

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

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE EXHIBIT 1 Solicitation Date: PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED

More information

INVITATION TO BID 2016 CATTLE GRAZING LEASE AREAS NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 16B-013)

INVITATION TO BID 2016 CATTLE GRAZING LEASE AREAS NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 16B-013) INVITATION TO BID 2016 CATTLE GRAZING LEASE AREAS NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 16B-013) The Northwest Florida Water Management District, 81 Water Management Drive, Havana, Florida

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

More information

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST) To: Raymond

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

Fax Daniel Stevens, Purchasing Director

Fax Daniel Stevens, Purchasing Director COUNTY OF OSWEGO PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Daniel Stevens, Purchasing Director November 3, 2017

More information

SNOW REMOVAL. River Valley Community College - Keene Academic Center

SNOW REMOVAL. River Valley Community College - Keene Academic Center RVC15-04 REQUEST FOR PROPOSAL FOR: SNOW REMOVAL River Valley Community College - Keene Academic Center PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for River Valley Community

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT. Request for Proposals ("RFP") No Contractual Services Water Resources Program Support

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT. Request for Proposals (RFP) No Contractual Services Water Resources Program Support NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT Request for Proposals ("RFP") No. 16-001 Contractual Services Water Resources Program Support The Northwest Florida Water Management District, 81 Water Management

More information

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015 REQUEST FOR PROPOSAL (RFP) #15-060-34 FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015 RESPONSE DEADLINE: DECEMBER 18, 2015 10:00 A.M. CENTRAL STANDARD TIME

More information

Barrow County School System

Barrow County School System Barrow County School System Boldly Committed to Student Success REQUEST FOR PROPOSALS ISSUE DATE: October 02, 2019 RFP: TREE & BRUSH REMOVAL MNT19003 ISSUING AGENCY: BARROW COUNTY SCHOOL SYSTEM* 179 WEST

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16/ AO 2017 INVASIVE PLANT TREATMENT SERVICES.

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16/ AO 2017 INVASIVE PLANT TREATMENT SERVICES. SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 2017 INVASIVE PLANT TREATMENT SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions to Bidders

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

More information

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST)

More information

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

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

More information

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Posting Date: April 22, 2013 Response Deadline: May 6, 2013 10:00 a.m. Central Daylight Time (CDT) To: John Machnik,

More information

SANFORD AIRPORT AUTHORITY

SANFORD AIRPORT AUTHORITY SANFORD AIRPORT AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL AUDIT SERVICES The Sanford Airport Authority (the SAA ) is soliciting proposals from qualified independent Certified Public Accountants

More information

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

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

More information

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES REQUEST FOR SEALED QUALIFICATIONS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES Contract Term February 1, 2017 through January 31, 2018 SUBMISSION

More information

REQUEST FOR PROPOSAL FOR: Bid #MCC19-03 Rubber Flooring Tile and Installation Manchester Community College

REQUEST FOR PROPOSAL FOR: Bid #MCC19-03 Rubber Flooring Tile and Installation Manchester Community College REQUEST FOR PROPOSAL FOR: Bid #MCC19-03 Rubber Flooring Tile and Installation Manchester Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for Manchester Community

More information

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 REQUEST FOR PROPOSALS for SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 City of Culver City FINANCE DEPARTMENT 9770 Culver Boulevard Culver City, CA 90232-0507 PROPOSAL DUE: January

More information

Network Cabling Upgrade/Renovation. Request for Proposal

Network Cabling Upgrade/Renovation. Request for Proposal Network Cabling Upgrade/Renovation Request for Proposal Contents 1 Administrative Overview... 4 1.1 Objectives... 4 1.2 Communication... 4 1.3 Schedule of RFP Activities... 4 1.4 Questions Regarding this

More information

GUADALUPE COUNTY INVITATION FOR BIDS FLEXIBLE BASE MATERIALS AND ASPHALTIC MATERIALS BID OPENING DATE: 2 PM TUESDAY, DECEMBER 14, 2010

GUADALUPE COUNTY INVITATION FOR BIDS FLEXIBLE BASE MATERIALS AND ASPHALTIC MATERIALS BID OPENING DATE: 2 PM TUESDAY, DECEMBER 14, 2010 OPENING DATE: 2 PM TUESDAY, DECEMBER 14, 2010 BID NUMBER 11-3570 SEALED BIDS, SUBJECT TO THE PROPOSAL DOCUMENTS HERETO ATTACHED, FOR FLEXIBLE BASE MATERIALS AND ASPHALTIC MATERIALS ARE BEING ACCEPTED.

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

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Office of Management and Enterprise Services Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany

More information

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES A. Purpose of Request The Village of Greendale Wisconsin is requesting proposals for the purpose of retaining a certified

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY

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

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017 GENERATOR RFP# PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017 Please mark your sealed envelope RFP # Proposal and deliver to the following address and person: Purchasing Supervisor

More information

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 REQUEST FOR PROPOSAL (RFP) #18-049-53 LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 RESPONSE DEADLINE: JANUARY 16, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: KIRSTEN BURMEISTER,

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

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK CITY OF MOBILE REQUEST FOR PROPOSALS RFP: 2018-006 FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK The City of Mobile is seeking proposals for the operation of food concession stands,

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services Request for Qualifications RFQ #18-001 Continuing Services Contracts for Professional Surveying Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

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

Request for Proposal # Postage Meter Lease & Maintenance Service

Request for Proposal # Postage Meter Lease & Maintenance Service Request for Proposal # 2018-025 Postage Meter Lease & Maintenance Service Due Date: October 19, 2017 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

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

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

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

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL SKOKIE-MORTON GROVE SCHOOL DISTRICT 69 REQUEST FOR PROPOSAL Skokie-Morton Grove District 69 will accept sealed proposals for: Audit Services Submit your proposals to the attention of: Mr. Justin Attaway,

More information

River Valley Community College shall have the right to terminate the contract at any time by giving the Contractor a thirty (30) day written notice.

River Valley Community College shall have the right to terminate the contract at any time by giving the Contractor a thirty (30) day written notice. RVC13-06 REQUEST FOR PROPOSAL FOR LAWN CARE CLAREMONT AND/OR KEENE River Valley Community College One College Drive, Claremont, NH 03743 (Main Campus) 438 Washington Street, Keene, NH 03431 (Academic Center)

More information

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services Request for Qualifications RFQ 19-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

More information

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

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

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017 SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/

More information

Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014

Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014 Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014 Response Deadline: August 5, 2014 3:00 p.m.central Standard Time

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATIONS FOR TREE AND STUMP REMOVAL AND TREE TRIMMING BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE BENTON HARBOR, MI 49022 NOTICE TO BIDDERS Notice

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR LEGAL SERVICES 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 TABLE OF CONTENTS PART I INTRODUCTION... PAGE 1.1 Definitions...3 1.2 Profile of the...3 PART II STATEMENT

More information

REQUEST FOR QUOTE (RFQ) # FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018

REQUEST FOR QUOTE (RFQ) # FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018 REQUEST FOR QUOTE (RFQ) #18-030-25 - FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018 RESPONSE DEADLINE: AUGUST 6, 2018 4:30 P.M. CENTRAL STANDARD TIME (CST) TO: PETE VILLAS, ADMINISTRATOR MARINETTE

More information

Union County. Request for Proposals # Employee Survey Services

Union County. Request for Proposals # Employee Survey Services Union County Request for Proposals # 2015-030 Employee Survey Services Due Date: April 9, 2015 Time: 2:00pm Receipt Location: Government Center, 500 N. Main Street, Administrative Services, Procurement

More information

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by THE COMMUNITY AND ECONOMIC DEVELOPMENT ASSOCIATION OF COOK COUNTY, INC. Invitation for Bid Specification For Motor Vehicle Storage For CEDA Weatherization Bid Submitted by Bidder: Phone No. Address: Contact

More information

Request for Proposal

Request for Proposal Central Whidbey Island Fire & Rescue 1164 Race Road Coupeville, WA 98239 Professionalism Integrity Compassion Excellence (360) 678-3602 www.cwfire.org Request for Proposal Fire Station Planning and Design

More information

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS PROFESSIONAL SERVICE CONTRACT HYDROGRAPHIC & LAND SURVEYING ON-CALL SERVICES RFP Number: ASPA 43-017 AUGUST 2017 Professional Service Contract Request

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida,

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida, EXHIBIT 1 Solicitation Date: June 8, 2018 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED CONTRACTORS BY THE STATE OF FLORIDA DEPARTMENT OF MILITARY AFFAIRS HEREINAFTER REFERRED TO AS OWNER, FOR CONSTRUCTION

More information

Request for Proposals

Request for Proposals Request for Proposals Measure & List of New Construction for Forsyth County Proposals Will Be Received Until 12:00 Noon, Friday April 6, 2018 By The City of W-S/Forsyth Co. Purchasing Department In Room

More information

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

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

More information

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN13-004 DESIGN CRITERIA PROFESSIONAL SERVICES REQUEST FOR QUALIFICATIONS (RFQ) NO. EN13-004 FOR A DESIGN CRITERIA PROFESSIONAL

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information

REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018

REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018 REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW REQUEST FOR PROPOSAL (RFP) NOTICE DATE: JUNE 20, 2018 PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018 RFP OPENING TIME AND DATE:

More information

City of Albany, New York Traffic Engineering

City of Albany, New York Traffic Engineering City of Albany, New York Traffic Engineering REQUEST FOR PROPOSALS FOR THE PROVISION OF ENGINEERING SERVICES Traffic Signal Design Services RFP No. TE-11-001 November 15, 2011 SECTION 1: PURPOSE 1.1 The

More information

LAWN CARE River Valley Community College One College Drive Claremont, NH

LAWN CARE River Valley Community College One College Drive Claremont, NH RVC18-02 REQUEST FOR PROPOSAL FOR LAWN CARE River Valley Community College One College Drive Claremont, NH 03743 www.rivervalley.edu PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to provide the

More information

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan RFP Release Date January 5, 2018 Proposal Submittal Deadline February 2, 2018-4:00 p.m. Contact Person: Sonya Williams Finance

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

More information

December 12, To Whom It May Concern: Enclosed please find our Request for Professional Services.

December 12, To Whom It May Concern: Enclosed please find our Request for Professional Services. December 12, 2018 To Whom It May Concern: Enclosed please find our Request for Professional Services. This service is to begin February 4, 2019 and continue through reorganization 2020. The Pine Hill Borough

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. (14054) PROPERTY AND LIABILITY RISK MANAGEMENT AND INSURANCE BROKERAGE SERVICES Proposal Release: March 20, 2014 Proposal Questions Deadline: Proposal Due

More information

INVITATION TO BID 2016 UPLAND WIREGRASS TUBELING BID NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 16B-004)

INVITATION TO BID 2016 UPLAND WIREGRASS TUBELING BID NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 16B-004) INVITATION TO BID 2016 UPLAND WIREGRASS TUBELING BID NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT (BID NUMBER 16B-004) The Northwest Florida Water Management District, 81 Water Management Drive, Havana,

More information

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders. CITY OF LACEY, WASHINGTON REQUEST FOR STATEMENTS OF QUALIFICATIONS # AG-16.0370 GRAPHIC DESIGN, BRANDING, AND USER INTERFACE DESIGN SERVICES March 1, 2018 OVERVIEW The City of Lacey, Washington, is accepting

More information

NEAPA Northeast Alabama Purchasing Association

NEAPA Northeast Alabama Purchasing Association NEAPA Northeast Alabama Purchasing Association REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: New Tires SEALED BID #3321 NEAPA is soliciting sealed bids for the above project. Bids

More information

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

Request For Proposal (RFP) for

Request For Proposal (RFP) for Charter Township of Canton Request For Proposal (RFP) for DIGITAL MEDIA AND AUDIO VISUAL SERVICES Contact: Dave Harris Phone: 734 394-5274 E-mail: dave.harris@canton-mi.org Date Issued: 5/24/2018 Due Date

More information