INVITATION TO BID BID TITLE: 2017 TOWBARLESS AIRCRAFT TRACTOR NAPLES MUNICIPAL AIRPORT

Size: px
Start display at page:

Download "INVITATION TO BID BID TITLE: 2017 TOWBARLESS AIRCRAFT TRACTOR NAPLES MUNICIPAL AIRPORT"

Transcription

1 INVITATION TO BID NOTICE IS HEREBY GIVEN that the City of Naples Airport Authority invites sealed bids from qualified manufacturers to deliver the following equipment which is described in detail in Exhibit A, attached hereto (Scope and Specifications). Responses must also include the attached Certificate of Secretary, Bid Bond, and Bidder Qualifoier Questionnaire. BID TITLE: 2017 TOWBARLESS AIRCRAFT TRACTOR NAPLES MUNICIPAL AIRPORT BID OPENING LOCATION: BID SUBMITTAL DEADLINE: General Aviation Terminal 2 nd Floor - Larson Conference Room 160 Aviation Drive North Naples, Florida Friday, July 28, 2017 at 12:00 pm E.S.T. Sealed bids shall be enclosed and secured in an envelope/package with BID# TOWBARLESS AIRCRAFT TRACTOR displayed on outside of envelope/package bearing the name, license number(if applicable) and address of bidder, Bid Number and project identification. No other information should be included or written on the outside of the bid envelope/package. The Naples Airport Authority shall not be responsible for unidentified Bids. Instructions to Bidders, Bid Forms, Contract Documents, and Scope and Specifications are available as of July 10, 2017 as a download from >Open Positions and Bids as an electronic file in PDF format. Bids must be accompanied by a Bid security in the form of a bid bond equal to 5% of the total bid made payable to the City of Naples Airport Authority. Contract security in the form of 100% Performance and Payment Bonds will be required. Bidders shall not contact City of Naples Airport Authority Employees, Agents, City of Naples Elected Officials, or the Engineer to discuss the project. Answers to all questions will be compiled into an addendum and posted on on July 24, The Authority recognizes fair and open competition as a basic tenet of public procurement. Respondents doing business with the Authority are prohibited from discriminating on the basis of race, color, creed, national origin, handicap, age or sex. The NAA has a progressive Disadvantaged, Minority, and Women-Owned Business Enterprises Program in place and encourages Disadvantaged, Minority, and Women-Owned Business Enterprises to participate in its RFP process. The City of Naples Airport Authority reserves the right to waive any formalities or irregularities in bids received and to reject any or all bids or to award or refrain from awarding the contract for the work, whichever is deemed to be in the Owner's best interests /30/2017

2 A. Federal Aviation Administration Required Provisions 1. GENERAL CIVIL RIGHTS PROVISIONS The bidder agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the bidder and subtier contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of TITLE VI SOLICITATION NOTICE The Authority, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. 3. FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. The bidder has full responsibility to monitor compliance to the referenced statute or regulation. The bidder must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor Wage and Hour Division. 4. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. Bidder must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The bidder retains full responsibility to monitor its compliance and their subcontractor s compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). Bidder must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor Occupational Safety and Health Administration. B. Florida State Procurement Law Required Provisions 1. CONVICTED VENDOR LIST 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, 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 /30/2017

3 transact business with any public entity in excess of the threshold amount provided in s for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 2. 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. 3. INVOICE COMPLIANCE All invoices, bills, fees or other requests for compensation for services or expenses shall be submitted in detail sufficient for a proper preaudit and post audit thereof. 4. TRAVEL EXPENSES Bills for any travel expenses shall be submitted in accordance with Florida Stat A state agency may establish rates lower than the maximum provided in s PUBLIC RECORDS The Authority may unilaterally cancel this Agreement if the bidder refuses to allow the public access to all documents, papers, letters, or other material made or received by the bidder in conjunction with the Agreement, unless the records are exempt from s. 24(a) of Art. 1 of the Florida State Constitution and s (1). 6. NO 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. Aircraft Tug N-1 NOTICE TO BIDDERS /30/2017

4 EXHIBIT A Article 1. SCOPE AND SPECIFICATIONS LEKTRO Model AP8850SDA or Similar with the following standard features TECHNICAL SPECIFICATIONS AND FEATURES: Vehicle Drive: 45.3 HP/33.8 kw, 72 VDC Traction Motor mated with Auburn/Dana 44 Differential. Limited Slip Differential. Motor Speed Control: EV-200 LX SCR with On-Board Diagnostics. Speed controlled by Foot Throttle. Batteries: Minimum 550 amp-hour Battery Pack capacity and Single Point Watering System Motive Battery Charger: External Fully Automatic 90 AMP DC / VAC / 60 Hz / 1-PH Charger. 50 Hz, 3-PH, and/or 100 AMP, optional. Nose Gear Lift Cradle: Universal Nose Gear Lift Cradle activated by an Electric/Hydraulic Pump Assembly capable of handling dual and single wheel aircraft, and a Hold Down provision for lightnosed aircraft. Aircraft Selection System, optional. Winch: Heavy-duty Hydraulic Winch with Automatic Safety Cut-Off. Winch and Strut Straps included. Steering: Electric/Hydraulic Power Steering controlled through Automotive-type Tilt Wheel requiring minimal effort with very responsive steering action. Automatic Timer turns off power when tug not in use, increasing battery shift life. Service Brakes: Foot Operated Hydraulic Disc-Type Service Brakes with minimal effort. Parking Brake: Hand activated Electric Switch controlling Spring Applied/Hydraulic Released Calipers mounted on each Service Brake Disc. Drive Tires: Single 23 x 10 x ply Pneumatic Traction Tread with Siping. Solid-Pneumatic Tires and Chains, optional. Steer Tires: 21 x 8-9 Solid-Pneumatic Traction Tread mounted to a Aircraft Tug INVITATION TO BID EXHIBIT A A-1

5 Fully Suspended Steer Axle. Lighting: Dual Forward and Aft Headlights, Four Flashing Amber Running Lights and Amber Strobe Light mounted Center Rear. Brake Lights/Turn Signals and LED Bulbs, optional. Operator s Compartment: Operator and Passenger Seats, Forward Facing, Premium Grade, Molded Polyurethane including Armrests. Operator s Seat features a Fully Suspended, Adjustable setting for height, fore/aft and weight. Construction: Welded Steel Plate and Polymers preserved by Primer and Automotive High-Gloss White Enamel Paint with special protective Polyurethane Coating to prevent rust, scratches and corrosion. SPECIFICATIONS: Length in / cm Width in / cm Height (At lowest steering tilt setting) in / 103 cm Turning Radius in / 457 cm Wheel Base in / cm Vehicle Speed, Empty... 9 MPH / 14.5 KPH Vehicle Speed, Loaded (To max. Vehicle Capacity)... 4 MPH / 6.4 KPH **Lift Cradle Capacity... 12,000 LBS / 5443 KG Nose Gear Cradle Lifting Height... 9 in / 23 cm Ground Clearance... 5 in / 12.7 cm Shipping Weight w/o Batteries & Charger LBS / 2418 KG Shipping Weight w/ Motive Batteries & Charger LBS / 4218 KG Shipping Weight w/ Motive & GPU Batteries & Charger LBS / 4377 KG **Lift Capacity is calculated with 20 in / 51 cm diameter aircraft tire in lift cradle. Aircraft tire center line at 23 in / 58 cm from drive tire center line. ADDITIONAL OPTIONS: Draw Bar Pin, Specialized Aircraft Towing Adapters and Custom Highlift Adapters are available (consult factory). Illustration may show some optional equipment. Minimum 550 amp-hour battery capacity Use of Semi-pneumatic tires for improved riding conditions Operator's seat with adjustable suspension 45hp motor minimum Hydraulically-operated, automotive-style disc braking Onboard diagnostic tool for SCR control card Aircraft Tug INVITATION TO BID EXHIBIT A A-2

6 Article 2. DELIVERY 2.1 The dealer shall be responsible for delivery of the completed unit to the delivery address in the instruction to bidders with all requested options. Bidders must indicate, on Bid Form, a guaranteed delivery time frame. Bid forms without a guaranteed delivery date may be deemed non-responsive and rejected. Article 3. TRAINING 3.1 Dealer shall fully train and instruct NAA employees in the operation and routine maintenance and inspection of the delivered tow vehicle if the bid alternate is selected for training. Article 4. OEM CERTIFICATION 4.1 Documented Approval (with manufacturer's name or model number noted) from the major OEM's (Gulfstream, Bombardier, Embraer, Falcon, etc). Aircraft Tug INVITATION TO BID EXHIBIT A A-3

7 CERTIFICATE OF SECRETARY AS TO RESOLUTION ADOPTED BY BOARD OF DIRECTORS ON I, hereby certify that I am the duly authorized Secretary of, charged with keeping the records and the seal of said Corporation, and that the following is a true and correct copy of a resolution adopted at a meeting of the Board of Directors of the Corporation duly held on, which resolution is now in full force and effect. RESOLVED, that (President, Vice President), of, is hereby authorized to execute contracts, performance bonds and labor and materials bonds on behalf of the Corporation. WITNESS my hand as Secretary, and the seal of the Corporation this day of, 20. Secretary Sworn to before me this day of, GA HVAC CS-1 CERTIFICATE OF SECRETARY

8 BID BOND KNOW ALL PERSONS BY THESE PRESENTS, that we, the undersigned as Principal, and as Surety, are hereby held and firmly bound unto City of Naples Airport Authority (OWNER) in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns. Signed, this day of, The conditions of the above obligation is such that whereas the Principal has submitted to City of Naples Airport Authority certain BID, attached hereto and hereby made a part hereof to enter into a Contract in writing for the purchase of: 2017 TOWBARLESS AIRCRAFT TRACTOR NOW THEREFORE, (a) (b) If said Bid shall be rejected, or in the alternate, If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the Form of Agreement attached hereto (properly completed in accordance with said Bid) and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that obligations of said Surety and its Bonds shall be in no way impaired or affected by any extension of the time within which the Owner may accept such BID; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. (L.S.) Principal Surety By: (SEAL) (1) Date of Bond must be same date as Bid. (2) Bond must be signed or countersigned by Surety's proper Florida Resident Agent. Date of Power-of-Attorney shall be same date as date of Bond. (3) If a Partnership, all partners shall execute Bond GA HVAC BB-1 BID BOND

9 BIDDER QUALIFICATION QUESTIONNAIRE (This questionnaire is part of the bid) PLEASE PRINT OR TYPE FIRM NAME INCLUDING ANY ALIAS: PRESIDENT: PRINCIPAL OFFICE ADDRESS: TELEPHONE: Contractor's License # ( ) An Individual ( ) A Partnership ( ) A Corporation Federal Identification # How many years has your organization been in business under your present name? How many years of experience in aviation equipment manufacturing has your organization had? What was the last project of this nature which you completed? The following are named as three corporations or individuals for which you have performed work and which airport staff may contact as additional references (include addresses and telephone numbers): Have you ever failed to complete work awarded to you? If so, where and why? 2017 Aircraft Tug BIDDER QUALIFICATION QUESTIONNAIRE BQ-1

10 Have any claims been filed against your surety bond company in the last five (5) years? If so, describe the nature of the claims and give the names of the surety companies, dates of each claim, identifying numbers of each claim, amounts of each claim, and the status of each claim. (Use additional sheets if necessary.) Has your company been in disputes or litigations in the last five (5) years over construction projects which are completed or still pending for completion? If so, describe the nature of the disputes or litigations and state the Owner's Name, Address, Telephone, and amount of disputes or litigations. (Use additional sheets if necessary) I, the undersigned, do hereby declare that the foregoing statements are true and correct, all as of the date hereinafter set forth, and that those examining this document have my permission to contact any or all of those parties listed in this questionnaire. Incorrect or misleading statements in this questionnaire shall be grounds for a determination of non-responsiveness with respect to such contractor. ******************************************************************************************* (AUTHORIZED SIGNATURE) (DATE SIGNED) (PRINTED NAME AND TITLE) (TYPE OR PRINT COMPANY NAME) (TYPE OR PRINT ADDRESS) 2017 Aircraft Tug BIDDER QUALIFICATION QUESTIONNAIRE BQ-2

CITY OF DOUGLAS Contract Documents & Specifications for a New Specified Reel Grinder Douglas Community Club (Golf Course)

CITY OF DOUGLAS Contract Documents & Specifications for a New Specified Reel Grinder Douglas Community Club (Golf Course) CITY OF DOUGLAS Contract Documents & Specifications for a New Specified Reel Grinder Douglas Community Club (Golf Course) Public Works Dept. 420 W. Grant Street PO Box 1030 Douglas, WY 82633 Page 1 of

More information

CITY OF BERKLEY, MICHIGAN 4-TON ASPHALT RECYCLER & HOT BOX TRAILER REQUEST FOR PROPOSAL

CITY OF BERKLEY, MICHIGAN 4-TON ASPHALT RECYCLER & HOT BOX TRAILER REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL The City is accepting bids for the purchase of a 4-Ton Asphalt Recycler and Hot Box Trailer from a qualified vendor. Official bids must be submitted electronically via Michigan Intergovernmental

More information

BID: Escanaba WWTP Digester Roof Restoration

BID: Escanaba WWTP Digester Roof Restoration BID: Escanaba WWTP Digester Roof Restoration - 2018 TO BIDDERS: 1/6/2018 RFP OPENING: 1/30/2018 @ 2 pm EST ADVERTISED: 1/6/2018 INVITATIONS TO BID SENT TO: SEVEN (7) Independent Roofing & Siding 700 Stephenson

More information

Public Notice Advertisement for Bids

Public Notice Advertisement for Bids Public Notice Advertisement for Bids Sealed bids for the purchase of multiple self-contained breathing apparatus (SCBA) and related equipment for the Fire Department will be received by the City of Bucyrus

More information

CONTRACT FORM CONTRACT #

CONTRACT FORM CONTRACT # CONTRACT FORM CONTRACT # This Contract, made and entered into this day of,, by and between the State of Nevada Department of Transportation, hereinafter called the Department, and (Contractor Name and

More information

Office of the Director of Procurement Issued: Monday, October 23, Proposals Due by 12:00 NOON, EST on Wednesday, November 15, 2017 to:

Office of the Director of Procurement Issued: Monday, October 23, Proposals Due by 12:00 NOON, EST on Wednesday, November 15, 2017 to: REQUEST FOR PROPOSAL TO PROVIDE FOR PURCHASE ONE (1) HALF TON 4x2 EXTENDED-CAB TRUCK TO THE BRUNSWICK-GLYNN COUNTY JOINT WATER AND SEWER COMMISSION SOLICITATION NO. 18-006 Office of the Director of Procurement

More information

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS 1 Date Issued: January 16, 2019 Bid Number: 19-29 The City of Sikeston is soliciting bids for a Haulotte 6543 A Pull Behind Lift. The sealed bids

More information

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014 Bid Addendum #1 Bid # 13/14-01FA: Issued March 19, 2014 *This addendum forms a part of the Agreement documents and modifies the original bid documents. The following revisions, clarifications, deletions

More information

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project Addendum No. 6 Dear Contractor: This addendum is being issued to the contract for construction on State

More information

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM Yurok Tribe Planning and Community Development Klamath, California Yurok Justice Center Bid Documents THE PROJECT AND THE PARTIES 1.1 TO: A. Owner: Yurok Indian Tribe EXHIBIT B: BID FORM 1.2 SUBMITTED

More information

Sunnyside Valley Irrigation District

Sunnyside Valley Irrigation District 2019 Perforated HDPE Pipe Bid Package Sealed bids will be received until 11:00 am. January 4th, 2019 at Field Office 1105 Yakima Valley Hwy. P.O. Box 239 Sunnyside, WA 98944 509-837-6980 Project Contact:

More information

PROJECT MANUAL. Naples Municipal Airport Naples, Florida

PROJECT MANUAL. Naples Municipal Airport Naples, Florida PROJECT MANUAL Naples Municipal Airport Naples, Florida Demolition of Executive Hangar # 4 and Attached Offices Bid Submittal Due July 31, 2015 9:30 A.M. Prepared By: City of Naples Airport Authority TABLE

More information

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT TO IB PAGE TO: Clerk of the Board INLAND VALLEY DEVELOPMENT AGENCY 1601 E. Third Street San Bernardino, CA 92408 BID: Pursuant to your published Notice

More information

ONE (1) OR MORE NEW 75 CUBIC YARD CLOSED TOP EJECTOR TRAILERS

ONE (1) OR MORE NEW 75 CUBIC YARD CLOSED TOP EJECTOR TRAILERS August 23, 2010 LEGAL NOTICE Sealed Bids will be received by the Oswego County Purchasing Department, 46 East Bridge Street, Oswego, New York until 2:00 pm., Thursday, September 9, 2010 for the purchase

More information

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER This AGREEMENT made the Day day of MONTH in the year Two Thousand Fourteen BY AND BETWEEN CONSTRUCTOR, hereinafter called the, and the Board of Regents,

More information

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2018-2019-05 UNFINISHED TRAFFIC SIGNS AND POSTS The Etowah

More information

LAND IMPROVEMENT AGREEMENT

LAND IMPROVEMENT AGREEMENT LAND IMPROVEMENT AGREEMENT PM # ASP # DR # ADDRESS # THIS AGREEMENT made and entered into this day of, 20, by and between the City of Fontana, hereinafter call City and hereinafter called Applicant. WITNESSETH:

More information

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and CONTRACT SECTION 070 CONTRACT CONTRACT This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and Anchor Concrete, hereinafter

More information

RULES OF DEPARTMENT OF REVENUE VEHICLE SERVICES DIVISION CHAPTER TITLE BONDS TABLE OF CONTENTS

RULES OF DEPARTMENT OF REVENUE VEHICLE SERVICES DIVISION CHAPTER TITLE BONDS TABLE OF CONTENTS RULES OF DEPARTMENT OF REVENUE VEHICLE SERVICES DIVISION CHAPTER 1320-8-9 TITLE BONDS TABLE OF CONTENTS 1320-8-9-.01 Qualified Applicants May Apply 1320-8-9-.04 Documents Held by State 1320-8-9-.02 Certificate

More information

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17 TABLE OF CONTENTS Invitation for Informal Bid (IFIB) Summary. 3 Exhibit A Proposal / Bid Forms.. 7 Agreement. 12 Payment Bond 14 Performance Bond 17-2 - INVITATION FOR INFORMAL BID (IFIB) SUMMARY NOTICE

More information

Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion

Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion SECTION B FORM OF PROPOSAL Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion TO: FROM: St. Johns County School Board Office of the Director for Facilities and New

More information

EXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and

EXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and EXHIBIT WARRANTY BOND ITEMS MDX PROCUREMENT/CONTRACT NO.: Bond No.: KNOW ALL PERSONS BY THESE PRESENTS: That we, (Name) of (Address), hereinafter called Principal, and (Name) of (Address), hereinafter

More information

C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract.

C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract. 143-128.1C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract. Any contract entered into between a private developer and a contractor

More information

OHIO DEPARTMENT OF TRANSPORTATION

OHIO DEPARTMENT OF TRANSPORTATION OHIO DEPARTMENT OF TRANSPORTATION CENTRAL OFFICE, 1980 WEST BROAD STREET, COLUMBUS, OHIO 43223 TED STRICKLAND, GOVERNOR JAMES G. BEASLEY, P.E., P.S., DIRECTOR April 24, 2008 2610 CRESCENTVILLE RD WEST

More information

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS 1. PREPARATION OF BID FORM: The District invites proposals on the form(s) enclosed to be submitted

More information

LEGAL AD. Invitation to Bid Bid No For the purchase of 1 new Motor Grader

LEGAL AD. Invitation to Bid Bid No For the purchase of 1 new Motor Grader LEGAL AD Invitation to Bid Bid No. 2018-11 For the purchase of 1 new Motor Grader The Baker County Board of Commissioners will be accepting bids until June 21, 2018 at 3:30pm. Specifications may be obtained

More information

Office of the Director of Procurement Issued: Friday, May 20, Proposals Due by 12:00 NOON, EST on Tuesday, June 7, 2016 to:

Office of the Director of Procurement Issued: Friday, May 20, Proposals Due by 12:00 NOON, EST on Tuesday, June 7, 2016 to: REQUEST FOR PROPOSAL RFP # 17-011 TO PROVIDE FOR PURCHASE ONE (1) FULL SIZE CARGO VAN WITH SHELVING TO THE BRUNSWICK-GLYNN COUNTY JOINT WATER AND SEWER COMMISSION Office of the Director of Procurement

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 3 TO LEASE AGREEMENT EXHIBIT A TAMPA INTERNATIONAL AIRPORT UNITED STATES POSTAL SERVICE

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 3 TO LEASE AGREEMENT EXHIBIT A TAMPA INTERNATIONAL AIRPORT UNITED STATES POSTAL SERVICE HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 3 TO LEASE AGREEMENT EXHIBIT A TAMPA INTERNATIONAL AIRPORT UNITED STATES POSTAL SERVICE BOARD DATE:, 2016 Prepared by: Hillsborough County Aviation

More information

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ] EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT IRREVOCABLE STANDBY DESIGN-BUILD LETTER OF CREDIT ISSUER PLACE FOR PRESENTATION OF DRAFT APPLICANT BENEFICIARY [ ] [Name and address of banking institution

More information

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds.

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds. Invitation to Bid Bridge #101 over Snake Creek New Bridge Construction Mayes County, Oklahoma NBI No. 07190, County Bid No. BR101SNAKE PROJECT DESCRIPTION: Mayes County will be accepting lump sum bids

More information

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508) WEST BOYLSTON MUNICIPAL LIGHTING PLANT SECTION E AGREEMENT OPTION B THIS AGREEMENT, made this day of, 2015, by and between the party of the first part, the West Boylston Municipal Light Plant, hereinafter

More information

SOLICITATION AND AWARD PROTESTS RULE (RULE NO.004)

SOLICITATION AND AWARD PROTESTS RULE (RULE NO.004) JACKSONVILLE TRANSPORTATION AUTHORITY SOLICITATION AND AWARD PROTESTS RULE (RULE NO.004) DATE OF ADOPTION: August 27, 2009 LAST REVISED: August 27, 2009 I. Purpose and Scope. SOLICITATION AND AWARD PROTESTS

More information

OSWEGO COUNTY PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com/admin-purchasing.shtml Philip R. Church, Director January

More information

Proposal for Bidding Purposes

Proposal for Bidding Purposes Proposal for Bidding Purposes For Construction of: ABANDONED RAILROAD BRIDGE REMOVAL OF LARGE WOODY DEBRIS PROJECT #WA110021 SKAGIT COUNTY PUBLIC WORKS SKAGIT COUNTY Public Works Department 1800 Continental

More information

CONTRACT AND BOND FORMS FOR

CONTRACT AND BOND FORMS FOR CONTRACT AND BOND FORMS FOR RPL-5948(064) & RPSTPLE-5948(077) On Sunland Drive from the intersection with U.S. 395 north approximately 3.8 miles to the intersection with West Line Street (U.S. 168) APRIL

More information

BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I

BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I1440039 TABLE OF CONTENTS Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations... 1 Article

More information

Newark Unified School District 5715 Musick Ave., Newark, California Telephone (510) ; FAX (510)

Newark Unified School District 5715 Musick Ave., Newark, California Telephone (510) ; FAX (510) Newark Unified School District 5715 Musick Ave., Newark, California 94560 Telephone (510) 818-4115; FAX (510) 797-6913 Dave Marken, Superintendent of Schools Elaine Neilsen, Chief Business Official November

More information

EXHIBIT VIII-N PERFORMANCE AND PAYMENT BONDING REQUIREMENTS

EXHIBIT VIII-N PERFORMANCE AND PAYMENT BONDING REQUIREMENTS EXHIBIT VIII-N PERFORMANCE AND PAYMENT BONDING REQUIREMENTS Sections 38-26-105 and 38-26-106, CRS 1973, as amended, shall apply to all grants that require the contracting (or subcontracting) for construction

More information

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2015-2016-05 32' ENCLOSED CAR TRAILER - COMMAND POST - SHERIFF'S

More information

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2016-2017-18 AGGREGATE The Etowah County Commission is soliciting

More information

LEGAL NOTICE INVITATION TO BID TOWING AND STORAGE OF MOTOR VEHICLES

LEGAL NOTICE INVITATION TO BID TOWING AND STORAGE OF MOTOR VEHICLES LEGAL NOTICE INVITATION TO BID TOWING AND STORAGE OF MOTOR VEHICLES The City of Attleboro ( City ) invites sealed bids for towing and storage of motor vehicle services in accordance with BID SPECIFICATIONS

More information

Invitation to Bid Instructions to Bidders Bid Specifications Bid Proposal Bid Sheet Contract Checklist

Invitation to Bid Instructions to Bidders Bid Specifications Bid Proposal Bid Sheet Contract Checklist 270 North Clark Street Powell, Wyoming 82435 (307) 754-5106 FAX (307) 754-5385 June 21, 2018 SUBJECT: Refuse Containers To Whom It May Concern: This letter is your notification of the City of Powell's

More information

Sealed Bid, 1 Ton Cargo Van Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, 1 Ton Cargo Van Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for 1 Ton Cargo Van Bids must be submitted to the City at the address below in a sealed envelope plainly marked as follows:

More information

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI Invitation for Bid. 28475 Caustic Soda 50% T. F. Green Airport, Warwick, RI August 27, 2018 The Rhode Island Airport Corporation (RIAC) is seeking bids to provide, on an as-needed basis approximately nine

More information

PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES (WHEN EXECUTED)

PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES (WHEN EXECUTED) MS-944 03-13 PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES A. DEPOSIT OF PROPOSALS. (WHEN EXECUTED) INSTRUCTIONS TO BIDDERS) All envelopes containing Bid proposals shall Troy Borough, Bradford County be

More information

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Tools and Maintenance Shop Equipment. office.

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Tools and Maintenance Shop Equipment. office. The Lower Rio Grande Valley Development Council (LRGVDC) Invitation to Bid (ITB): Tools and Maintenance Shop Equipment Quotes Due Not Later than: Issuing Office: Friday, March 25 th, 2016 at 12:00 Noon

More information

AGREEMENT FOR ADVERTISING SERVICES I. GENERAL

AGREEMENT FOR ADVERTISING SERVICES I. GENERAL AGREEMENT FOR ADVERTISING SERVICES This agreement, made and executed this day of, 2018, by and between (hereinafter referred to as Vendor ) and the City of Danville, Illinois, a Municipal Corporation,

More information

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350 CITY OF PROSSER REQUEST FOR PROPOSAL To Provide On Call Electrical Services Located at: 601 7 TH STREET PROSSER, WASHINGTON 99350 Instructions To Contractors, Pricing Forms, Business Questionnaire, Agreement,

More information

SIXTH AMENDMENT TO RETAIL CONCESSION AGREEMENT BETWEEN THE CITY OF SAN JOSE AND AMS-SJC JV

SIXTH AMENDMENT TO RETAIL CONCESSION AGREEMENT BETWEEN THE CITY OF SAN JOSE AND AMS-SJC JV SIXTH AMENDMENT TO RETAIL CONCESSION AGREEMENT BETWEEN THE CITY OF SAN JOSE AND AMS-SJC JV This SIXTH AMENDMENT TO RETAIL CONCESSION AGREEMENT is entered into as of 2017, by the CITY OF SAN JOSE ( City

More information

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 dstevens@oswegocounty.com Daniel Stevens Tamara Allen Purchasing

More information

Town of Litchfield Department of Public Works

Town of Litchfield Department of Public Works Town of Litchfield Department of Public Works Invitation to Bid (1) Four Wheel Drive ¾ Ton 2019 Regular Cab Pickup Litchfield, Connecticut The Town of Litchfield is accepting bids for the delivery of a

More information

CITY OF OLATHE. Please type or print. PROPERTY OWNER NAME (PERMIT HOLDER): OWNER AGENT: ADDRESS: CITY: STATE: ZIP:

CITY OF OLATHE. Please type or print. PROPERTY OWNER NAME (PERMIT HOLDER): OWNER AGENT: ADDRESS: CITY: STATE: ZIP: OFFICE USE ONLY: PERMIT NO. CITY OF OLATHE LAND DISTURBANCE PERMIT APPLICATION DEVELOPMENT-PLAT NAME: PROPERTY LOCATION: RELATED OLATHE PERMIT #: Please type or print. ESTIMATED DATE OF START OF CONSTRUCTION:

More information

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS ("RFP") DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS (RFP) DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002 NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS ("RFP") DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002 The Northwest Florida Water Management District, 81 Water Management

More information

Commercial Front Loader Garbage Truck

Commercial Front Loader Garbage Truck INVITATION TO BID City of Cartersville, Georgia TO WHOM IT MAY CONCERN: The City of Cartersville Public Works Department will receive sealed bids for the purchase of: Commercial Front Loader Garbage Truck

More information

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088 QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT 3010 center Street Des Moines, Iowa 50312 QUOTE # Q7088 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, IA 50316 DES

More information

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018 BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA 18017 REQUEST FOR BIDS TIRES & SERVICE 2018-2019 School Year BIDS DUE: JUNE 4, 2018 TIME: 1:00 P.M. BETHLEHEM AREA SCHOOL DISTRICT 1516

More information

REQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP ADDENDUM NO.

REQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP ADDENDUM NO. REQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP001-19 ADDENDUM NO. 2 JANUARY 7, 2019 ALL BIDDERS MUST ACKNOWLEDGE RECEIPT

More information

DISTRICT OF KITIMAT PURCHASING DEPARTMENT

DISTRICT OF KITIMAT PURCHASING DEPARTMENT DISTRICT OF KITIMAT PURCHASING DEPARTMENT 206 ENTERPRISE AVENUE, KITIMAT, B.C.,V8C 2C7 PH: (250) 632-8925 FAX: (250) 632-4650 INVITATION TO TENDER U ntil the time designated in the attached schedule as

More information

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: The Etowah County Commission is soliciting sealed bids for the above

More information

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date. INVITATION TO BID The Arlington Heights Park District will receive sealed bids for: PURCHASE OF TWO ZERO- TURN LAWN MOWERS at the Park District office at 410 N. Arlington Heights Road, until 11:00 AM on

More information

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M. REQUEST FOR PROPOSAL ARCHITECTURAL SERVICES Proposals will be received by the City of Topeka, Kansas at the Contracts & Procurement Office until 2:00 PM, local time March 14, 2008 for the purpose of furnishing

More information

RETRO REFLECTIVE GLASS BEADS

RETRO REFLECTIVE GLASS BEADS RETRO REFLECTIVE GLASS BEADS The Reno-Tahoe Airport Authority Purchasing and Materials Management Division is currently accepting sealed bids for retro reflective glass beads, Invitation to Bid Number

More information

1 Page. SPECIFICATIONS FOR ONE (1) SECURITY GATE SYSTEM Addendum #1-all changes in blue color

1 Page. SPECIFICATIONS FOR ONE (1) SECURITY GATE SYSTEM Addendum #1-all changes in blue color 1 Page SPECIFICATIONS FOR ONE (1) SECURITY GATE SYSTEM Addendum #1-all changes in blue color TABLE OF CONTENTS Call for Bids... Section I Bid Proposal... Section II Instructions to Bidders... Section III

More information

DATE: June 7,

DATE: June 7, M E M O R A N D U M TO: FROM: Prospective Bidders Johnna M. Allen, Purchasing Director RE: Request for Bid - #024-16 DATE: June 7, 2016 ---------------------------------------------------------------------------------------------------------------------

More information

REQUEST FOR PROPOSAL Enterprise Asset Management System

REQUEST FOR PROPOSAL Enterprise Asset Management System City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Enterprise Asset Management System Issue Date: Thursday April 9, 2015 Bid Number: 15 019 Agent/Contact:

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION 4 World Trade Center, 150 Greenwich Street,21st Floor,New York, NY 10007 REQUEST FOR QUOTATION Page 1 Of 8 Vendor No. Collective/Bid # / Bid Due Date 0000054998 / 12/12/2018 Bids must be received no later

More information

00400 BID FORMS AND SUPPLEMENTS

00400 BID FORMS AND SUPPLEMENTS 00400 BID FORMS AND SUPPLEMENTS TABLE OF CONTENTS Item Number Bid Form...... 00410 1 Bid Bond...... 00430 1 List of Proposed Subcontractors...... 00440 1 List of Proposed Material Suppliers...... 00440

More information

FILM PRODUCTION AGREEMENT

FILM PRODUCTION AGREEMENT FILM PRODUCTION AGREEMENT THIS AGREEMENT is made and entered into as of this day of, by and between the LOUISVILLE REGIONAL AIRPORT AUTHORITY, a body politic and corporate and a political subdivision of

More information

CAMBRIA/INDIANA SCHOOLS JOINT FUEL PURCHASING CONSORTIUM. c/o PENN CAMBRIA SCHOOL DISTRICT 201 6th Street, Cresson, Pennsylvania 16630

CAMBRIA/INDIANA SCHOOLS JOINT FUEL PURCHASING CONSORTIUM. c/o PENN CAMBRIA SCHOOL DISTRICT 201 6th Street, Cresson, Pennsylvania 16630 To assure the Board of Directors that all bidders are being offered an equal opportunity to bid and that all bidders are bidding on equal materials and conditions, the following must be adhered to. Any

More information

Tiffany Strine SECRETARY Sealed Proposals will be received on or before 8:30 A.M. on the above Letting Date West Canal Road TIME

Tiffany Strine SECRETARY Sealed Proposals will be received on or before 8:30 A.M. on the above Letting Date West Canal Road TIME 2018 Seal MS-944 (7-09) PROPOSAL AND CONTRACT ( WHEN EXECUTED ) INSTRUCTIONS ON PAGE 4 THIS PROPOSAL INCLUDES INSTRUCTIONS TO BIDDERS A. DEPOSIT OF PROPOSALS. All envelopes containing Bid proposals shall

More information

CITY OF RICHMOND PERFORMANCE BOND

CITY OF RICHMOND PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That place of business is located at CITY OF RICHMOND PERFORMANCE BOND, the Contractor ( Principal ) whose principal and ( Surety ) whose address for delivery of Notices

More information

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2018-2019-06 INMATE UNIFORMS The Etowah County Commission

More information

F O R M OF P R O P O S A L

F O R M OF P R O P O S A L 1 F O R M OF P R O P O S A L Ready Hall Addition Wake Technical Community College SCO ID #16-15897-02A Contract: General Construction Bidder: Date: The undersigned, as bidder, hereby declares that the

More information

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION MFMP CONTRACT TERMS AND CONDITIONS

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION MFMP CONTRACT TERMS AND CONDITIONS STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION MFMP CONTRACT TERMS AND CONDITIONS OGC 07/13 Page 1 of 8 1. SERVICES AND PERFORMANCE Contract ( CR ) No.: Appropriation Bill Number(s) / Line Item Number(s)

More information

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /13 DESKTOP LIVE SCAN PLUS SYSTEM FLORENCE COUNTY SHERIFFS OFFICE

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /13 DESKTOP LIVE SCAN PLUS SYSTEM FLORENCE COUNTY SHERIFFS OFFICE FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO. 05-12/13 DESKTOP LIVE SCAN PLUS SYSTEM FLORENCE COUNTY SHERIFFS OFFICE 1 TABLE OF CONTENTS ITEM DESCRIPTION PAGE NUMBER INVITATION-TO-BID 3 SCOPE OF

More information

FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act

FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act No. (the Bond ) Bond Amount $ (name of the contractor*) as a principal, hereinafter [collectively] called the Contractor, and, THE

More information

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT Solicitation Number: Bid Title: Number of Addenda as of above date: New Generation Glock Pistols None Commodity Code: 680-450 Date and Time Due: April

More information

Cherokee County Board of Commissioners

Cherokee County Board of Commissioners Cherokee County Board of Commissioners Department of Transportation 1130 Bluffs Parkway Canton, Georgia 30114 Bid Documents SR 92/Cherokee 75 Parkway Traffic Signal Installation BID NO.: 2014-43 BID DATE:

More information

SAMPLE CIGARETTE TAX CREDIT PURCHASE BOND

SAMPLE CIGARETTE TAX CREDIT PURCHASE BOND CIG 7.38 REV. 10101 STATE OF WEST VIRGINIA STATE TAX DEPARTMENT INTERNAL AUDITING DIVISION P. 0. BOX 2991 CHARLESTON, WEST VIRGINIA 25330 BOND NUMBER KNOW ALL MEN BY THESE PRESENTS: (1) That we, (2) (3)

More information

DMS Catalog Class No.:

DMS Catalog Class No.: STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION STANDARD WRITTEN AGREEMENT 375-040-19 Page 1 of 10 Agreement No. Financial Project I.D. 232917 1 A1 03 F.E.I.D. No.: Appropriation Bill Number(s)/Line Item

More information

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA INVITATION FOR BID

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA INVITATION FOR BID BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA 30458 INVITATION FOR BID Sealed bids from suppliers will be received by the Bulloch County Board of Commissioners (herein

More information

COUNTY OF VICTORIA INVITATION TO BID, BID SPECIFICATIONS AND BID FORMS FOR ONE (1) USED WATER TRUCK

COUNTY OF VICTORIA INVITATION TO BID, BID SPECIFICATIONS AND BID FORMS FOR ONE (1) USED WATER TRUCK COUNTY OF VICTORIA INVITATION TO BID, BID SPECIFICATIONS AND BID FORMS FOR ONE (1) USED 2010-2012 WATER TRUCK BIDS WILL BE RECEIVED UNTIL 10:00 A.M. MONDAY, MARCH 28, 2016 AT THE OFFICE OF BEN ZELLER,

More information

NORTH TEXAS MUNICIPAL WATER DISTRICT

NORTH TEXAS MUNICIPAL WATER DISTRICT NORTH TEXAS MUNICIPAL WATER DISTRICT Official Bid Supplemental Information for Annual Contract Purchase of Water and Wastewater Chemicals BIDS DUE BEFORE 2:00 P. M. 4/12/2017 INCLUDED: 1. General Conditions

More information

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE BID No. 2017-07 See, Attached List of City Owned Surplus Real Estate which is Available Bid Opening Date: January 26, 2018 at 2:00

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: 5/4/2010 RE: BID/RFP #: RFP-DOT-09/10-9041-LG BID/RFP TITLE: Custodial Services for the Haydon Burns Building and Other FDOT Facilities in Tallahassee

More information

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) SUMMARY PART 1 GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Work covered by the Contract Documents. 2. Time of Completion

More information

RECEIVED AT WHICH TIME BIDS

RECEIVED AT WHICH TIME BIDS June 12, 2018 ALASKA RAILROAD CORPORATION 327 W. Ship Creek Ave. Anchorage, AK 99501 Phone 907-265-2355 Fax 907-265-2439 BatesT@akrr.com Addendum Number 1 Request for Proposal 18-16-206579 Anchorage Yard

More information

INVITATION FOR BID Annual Water Meter Purchase

INVITATION FOR BID Annual Water Meter Purchase Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 INVITATION FOR BID Annual Water Meter Purchase Issue Date: February 16, 2017 Bid Number: 17-006 Agent/Contact: David Bries Submissions

More information

FORM 31 LABOUR AND MATERIAL PAYMENT BOND UNDER SECTION 85.1 OF THE ACT Construction Act

FORM 31 LABOUR AND MATERIAL PAYMENT BOND UNDER SECTION 85.1 OF THE ACT Construction Act FORM 31 LABOUR AND MATERIAL PAYMENT BOND UNDER SECTION 85.1 OF THE ACT Construction Act No. (the Bond ) Bond Amount $ (name of the contractor*) as a principal, hereinafter [collectively] called the Contractor,

More information

ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE

ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE THE FOLLOWING TERMS AND CONDITIONS, AND THOSE SPECIFIED ON THE FACE OF THIS PURCHASE ORDER, SHALL EXCLUSIVELY GOVERN THE PURCHASE OF ALL MATERIALS

More information

ATHENS-CLARKE COUNTY BUILDING RELOCATION PERMIT APPLICATION

ATHENS-CLARKE COUNTY BUILDING RELOCATION PERMIT APPLICATION ATHENS-CLARKE COUNTY BUILDING RELOCATION PERMIT APPLICATION PERMIT FEE: $100.00 PERMIT NO: DATE: PLANNING APPROVAL DATE: TAX MAP: BLOCK LOT: ZONE: CURRENT YEAR'S TAXES PAID: (ATTACH COPY OF PAID RECEIPT)

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT 06045-0191 CONTRACT PROPOSAL FOR WATER SLIDE FOR WADDELL POOL RFP 15/16-87 DATE OF RFP OPENING: MAY

More information

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF PERFORMANCE BOND Surety Bond No. STATE OF TEXAS COUNTY OF KNOW ALL MEN BY THESE PRESENTS: That we,, as Principal, and Contractor Name & Address, as Surety, are hereby held and firmly bound unto Surety

More information

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink.

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink. The Reno-Tahoe Airport Authority Purchasing and Materials Management Division is currently accepting sealed bids for a light emitting diode (LED) system, Invitation to Bid Number 12/13-03, on behalf of

More information

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall Request For Proposals 2018-1 202 Hwy 124 E ADA Door Opener Hallsville City Hall The City of Hallsville, Missouri (the City ) seeks bids from qualified contractors for all materials and labor to install

More information

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA Request for Proposal INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA DUE DATE: 4:00 p.m. January 19, 2018 Luzerne County Purchasing Department Attention:

More information

TERMS AND CONDITIONS OF THE INVITATION TO BID

TERMS AND CONDITIONS OF THE INVITATION TO BID TERMS AND CONDITIONS OF THE INVITATION TO BID 1. PREPARATION OF BID. a) Bidders are expected to examine the drawings, specifications, and all instructions. Failure to do so shall be at the bidder=s risk.

More information

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Filters, Brake Drums & Brake Shoes IFB-19-1807-4B This

More information

Bid #15-15 Goodyear Tires

Bid #15-15 Goodyear Tires April 10. 2015 LEGAL NOTICE Sealed Bids will be received by the Oswego County Purchasing Department, 46 East Bridge Street, Oswego, New York until 2:00 p.m., Tuesday, May 5. 2015 for the Purchase of: GOODYEAR

More information

Standard DOT Title VI Assurances

Standard DOT Title VI Assurances .. Standard DOT Title VI Assurances The Laredo Urban Transportation Study, Metropolitan Planning Organization (hereinafter referred to as the "Recipient) HEREBY AGREES THAT as a condition to receiving

More information