PROJECT MANUAL FOR A GENERAL CONTRACT

Size: px
Start display at page:

Download "PROJECT MANUAL FOR A GENERAL CONTRACT"

Transcription

1 Muckleshoot Housing Program PROJECT MANUAL FOR A GENERAL CONTRACT Project: Owner: Bid for Installation ofnew HV AC for unit 27 in Skopabsh Village Muckleshoot Housing Program ~ 158th Avenue SE Auburn, Washington Telephone (253) Fax (253) Contract Specialist: Date: Contact: Marie Solomon Telephone: (253) Fax: (253) February 23, 2015 INVITATION FOR BIDS The Muckleshoot Housing Authority will receive bids for installation of new HV AC unit in our rental unit #27 in Skopabsh Village (Address SE 382"d PI) Written bids will be received until 3:00 P.S.T., on Wednesday, March 4, 2015, at the office of the Muckleshoot Housing Program ~ 158th Avenue SE, Auburn, Washington Bids received after this time will not be accepted. Notice is hereby given to all prospective bidders that the Muckleshoot Indian Tribe has established a Local Ordinance concerning Indian Preference. INSTRUCTIONS TO BIDDERS SCOPE OF WORK: Installation of new HVAC unit, to include all mechanical, plumbing, and electrical components, minor cutting and patching. Owner will remove existing wall heaters prior to installation of new heating units. See Attachment A-Scope of Work for full details of bid. Unit is vacant at this time 1. Provide labor and material and equipment required to complete all work described herein. Work shall include but not be limited to the scope of work. 2. Use separate sheet of paper to break down bid into individual areas/items. 3. Please contract Lisa Perez for a walk thru ofthe unit. H:\Contracts\Bids\Unit 27 HV AC Bid. doc 1

2 Muckleshoot Housing Program 1. REFERENCE DOCUMENTATION: The following documents are hereby incorporated into the project by reference and/or attachment: Warranty Requirements; minimum of one year. Certificate of Insurance; HUD Form 5307C WageRate Non-Collusive Affidavit All Bidders are required to procure copies of any of the above referenced documents that are not attached in the accompanying bid documents. 2. INDIAN PREFERENCE: Bidders seeking to qualify for preference in contracting or subcontracting shall submit proof oflndian ownership with their bids. Proof of Indian ownership shall include but not be limited to: Certification by a tribal enrollment official or other evidence that the bidder is an Indian; 3. Evidence to document 51% ownership, or more, such as articles of incorporation, stock ownership, structure, management, control, fmancing and salary or profit sharing arrangements of the enterprise. 4. LICENSING AND BONDING: All bidders must be properly licensed and bonded to operate as a General Contractor in the State of Washington and must maintain currency throughout the duration of the project. INSURANCE: Before commencing the Work, the Contractor will submit (and have the MHA listed as additionally insured) to the Muckleshoot Housing Program with proof of the following: Workers Compensation Insurance in accordance with Washington State Law; General Liability Insurance of not less than $1,000,000.00; Automobile Liability Insurance of not less than $ It is the responsibility of General Contractor to ensure that all subcontractors engaged to perform any part of the Work are properly licensed and bonded in accordance with applicable Washington State Law. 5. SALES AND USE TAX: The Muckleshoot Housing Program is exempt from Washington State sales tax, Local Option Sales and Use Tax in the bid. 6. FEDERAL EXCISE TAX: The Muckleshoot Housing Program is exempt from Federal Excise Tax. The Bidder shall exclude all Federal Excise Tax on taxable items. 7. BID SUBMITTAL: Bids may be faxed and include all of the following documents: Completed Bid Form; Notarized Non-Collusive Affidavit; Certificate of Insurances; Business License H:\Contracts\Bids\Unit 27 HV AC Bid. doc 2

3 Muckleshoot Housing Program 8. BID COMPLIANCE: The Muckleshoot Housing Program will not read or consider any bid, which does not fully comply with the above provisions as to bonding, licensing, and qualifications. Any deficient bid submitted will be resealed and returned to the bidder immediately. 9. BID DISQUALIFICTION: The Muckleshoot Housing Program reserves the right to disqualify bids before or after the bid opening upon evidence of collusion with the intent to defraud or other illegal practices on the part of the bidder. The Muckleshoot Housing Program reserves the right to accept or reject any or all bids or to waive informalities or irregularities in the bidding process. 10. CONTRACT AWARD: The Muckleshoot Housing Program will evaluate all responsive bids and will award the contract based upon the following criteria: Qualified Indian-Owned Economic Enterprise Lowest Responsive Base Bid Previous Performance on Similar Projects 15% 75% 10% 100% 11. SUBCONTRACTORS: The apparent low bidder for the project will provide the Muckleshoot Housing Program a listing of all subcontractors whom they intend to engage for portions of the Work no later than two (2) business day after written notice of contract award. The Muckleshoot Housing Program reserves the right to reject any subcontractor without additional explanation. 12. INTERPRETATION: No oral interpretation will be made as to the meaning of the scope of work or specifications. Interpretations will be in the form of addenda, which will be on file in the Housing office. It shall be the bidder's responsibility to make inquiry as to addenda issued. All addenda shall become a part of the contract and all bidders will be bound by such addenda, whether or not received by the bidders. 13. CONTRACT: The form of Contract used will be a Muckleshoot Housing Authority Contract. The undersigned hereby submits the following: BASE BID: Pursuant to and in compliance with the contract documents, the undersigned hereby certifies that he/she has personally and carefully examined the Instructions to Bidders, Conditions of the contract (general, supplementary and other), Specifications and other reference and related documents: Muckleshoot Housing Authority Skopabsh Village HV AC installation for Unit 27 as well as site conditions affecting the Work, proposes to furnish all labor, materials, machinery, superintendence, insurance, supplies, overhead and profit appliances, transportation, tools, equipment and other accessories/facilities/services/allowances/costs necessary and required for: Installation ofnew HVAC system in unit 27 H:\Contracts\Bids\Unit 27 HV AC Bid. doc 3

4 Muckleshoot Housing Program The completion of ALL WORK RELATED TO THE scope of work and strict accordance with the above referenced documents. Signature Date Bidder name Official address Telephone( Signature Name Title In submitting this Bid, the undersigned agrees: 1. To furnish all material, labor, tools, expendable equipment and all utility and transportation services necessary to perform and complete in a professional manner. 2. To execute and deliver a contract in the prescribed form, if awarded on the basis of this Bid, and to furnish insurance documents accordance with the Instructions to Bidders within ten (10) days after the contract is presented for signature. 3. To commence work at the time stipulated in the Notice to Proceed. END OF BID FORM H:\Contracts\Bids\Unit 27 HV AC Bid.doc 4

5 Muckleshoot Housing Program FORM OF NON-COLLUSIVE AFFIDAVIT State of J Counzyof ~ J being first sworn, deposes and says: That he/ she is (Company /Title) That party making the foregoing proposal or bid, that such proposal or bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder, or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly sought by agreement or collusion, or communication or conference, with any person, to fix the bid price or affiant or of any other bidder, or to fix any overhead, profit or cost element of said bid price, or of that of any other bidder, or to secure any advantage against the Muckleshoot Housing Authorizy or any person interested in the proposed contract; and that all statements in said proposal or bid are true. Signature of Bidder Subscribed and sworn to, before me this Day of, My Commission Expires: Notary Public H:\Contracts\Bids\Unit 27 HV AC Bid.doc 5

6 Muckleshoot Housing Authority October 13,2011! I '! ; '.j J I I I I!.; ;.-1 :j.i 1 I. Scope of Work The scope of work is to include a complete HVAC system including all mechanical, plumbing and electrical components; minor cutting and patching is to be included. Some units may be occupied. The main components of the work are noted below. 1. Demolition: Removal of existing wall heaters will be done by the Owner. Minor cutting of drywall & siding required for the installation of ductwork, registers and electrical conduit 2. Finishes: On the second story of the two story units, where the supply air duct crosses the room above the window, the Owner will cover the duct with drywall and paint. 3. Mechanical; Bidder designed duct system for new forced air heating unit; the base price unit will comprise of a single speed air handling unit and the heat pump will meet the minimal SEER requirements of the energy code. Install new HVAC system; air handling unit located in the attic of the two story units, in the closet adjacent to the back door of the one story units. The condensing unit is to be installed near the kitchen window of the two story units and near the back bedroom window of the one story units Cover exterior, exposed refrigerant and condensate lines. Include programmable thermostat and all associated wiring. Include condensate pump, tubing, drain pan, and switch. Include pad for condensing unit. Provide "convenience" or "non-certified" air balance upon completion of installation. Mechanical permit 4. Plumbing: All material and labor for plumbing pipe work associated with the installation of the new HVAC systems. Pluming permit - if required 5. Electrical: All material and labor associated with line or low voltage wiring associated with the installation of the new HVAC systems. Electncaf permit(s) and permit fees. 6. Bond Costs: no bonds will be required for this project. 7. Wages: Prevailing wages per Davis Bacon Act 11. Contract Documents Page 2 of3... _.... _.,

7 , ' 1\lfuckl~ashoQt Housing Authority,---.,') Octoher I I rit Additional Clarifications 1. Contractors submitting bids shall include the cost of "prevailing wages" as required by the Davis-Bacon Act. Refer to the General Decision WA //18/2011 WA33 for current rates and the Davis Bacon Act for additional infonnation. 2. Indian Preference: Bidders seeking to qualify for preference in contracting {VI 3 above) or subcontracting shall submit proof of Indian ownership. with their bids. Proof of Indian ownership shall include but not be limited to: Certification by a tribe or other evidence that the bidder is an Indian; Evidence to document 51% ownership or more, such as articles of incorporation, stock ownership, structure, management, control, financing and salary or profit sharing arrangements of the enterprise. 3. licensing and Bonding : All bidders must be property licensed and bonded to operate as a General Contractor in the State of Washington and must maintain currency throughout the duration of the project. 4. rnsur~nce: before commencing the Worl<, the C~mtractor will submit to Muckleshoot with proof of the following; Workers Compensation Insurance in accordance with Washington State Law; General Liability Insurance of not less than $1,000,000._00 per occurrence; $2,000,000 aggregate. Automobile Liability Insurance of not less than $1,000, It is the responsibility of General Contractor to ensure that all subcontractors engaged to perform any part of the Work are properly licensed and bonded in accordance with applicable Washington State Law. 6. Sales and Use Tax: The Muckleshoot Housing Authority is exempt from State of Washington and Local Option Sales Tax and Use Tax; therefore costs of such should not be included in the bid amount. 7. Federal Excise Tax: The Muckleshoot Housing Authority is exempt from Federal Excise Tax. Bidders shall exclude all Federal Excise Tax on taxable items. One Story Designed Unit v. Additional Information Contractor is responsible for scheduling all required inspections. Page 3 of3..,..,.....

8 Page 1 of6 General Decision Number: WA /23/2015 WAllS Superseded General Decision Number: WA State: Washington Construction Type: Residential County: Pierce County in Washington. RESIDENTIAL CONSTRUCTION PROJECTS (consisting of single family homes and apartments up to and including 4 stories). Note: Executive Order (EO) establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1, If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at Modification Number 0 1 Publication Date 01/02/ /23/2015 BRWAOOOl /01/2014 BRICK POINTER/CAULKER/CLEANER... $ BRICKLAYER... $ * ELEV /01/2015 ELEVATOR MECHANIC... $ a a. Paid Holidays- New Year's Day, Memorial day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving, Christmas Day LAB /01/2013 LABORER (Mason Tender - Cement/Concrete)..... $ LAB /01/ wdol.gov/wdol/scafiles/davisbacon/w A118.dvb?v= 1 2/23/2015

9 Page 2 of6 LABORER (Mason Tender- Brick)... $ PAIN /01/2014 GLAZIER... $ PLAS /01/2014 CEMENT MASON/CONCRETE FINISHER... $ SFWA /01/2014 SPRINKLER FITTER $ SHEE /01/2013 SHEET METAL WORKER (Including HVAC Duct Installation)... $ TEAM /01/2014 TRUCK DRIVER GROUP $ GROUP 4... $ GROUP 5... $ GROUP 6... $ GROUP 7... $ GROUP 8... $ TRUCK DRIVERS CLASSIFICATIONS GROUP 3: Trucks, side, end, bottom and (3 yards to and including 6 yds.) GROUP 4: Trucks, side, end, bottom and (over 6 yds. to & including 12 yds.) GROUP 5: Trucks, side, end, bottom and (over 12 yds. to & including 20 yds.) GROUP 6: Trucks, side, end, bottom and (over 20 yds. to & including 40 yds.) GROUP 7: Truck, side, end, bottom and (over 40 yds. to & including 100 yds.) GROUP 8: Trucks, side, end, bottom and (over 100 yds.) articulated end dump articulated end dump articulated end dump articulated end dump articulated end dump articulated end dump FOOTNOTE A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C-D: - $.50 PER HOUR - This level may use an air purifying respirator or additional protective clothing. A118.dvb?v=l 2/23/2015

10 Page 3 of6 LEVEL A-B: - $1.00 PER HOUR - Uses supplied air in conjunction with a chemical splash suit or fully encapsulated suit with a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. SUWA /27/2014 CARPENTER... $ DRYWALL HANGER AND METAL STUD INSTALLER... $ ELECTRICIAN... $ LABORER: Common or General.... $ OPERATOR: Backhoe/Excavator/Trackhoe..... $ OPERATOR: Bobcat/Skid Steer/Skid Loader.... $ OPERATOR: Bulldozer $ OPERATOR: Concrete Pump..... $ PAINTER (Brush, Roller, and Spray) $ PAINTER: Drywall Finishing/Taping Only $ PLUMBER $ ROOFER $ WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ==~='='=====~-~==~===-==-=====--=--=-=====:====:=-========= Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the 2/23/2015

11 Page 4 of6 cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM /01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers indicates the local union number or district council number where applicable, i.e., Plumbers Local The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA /13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH /29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of / A118.dvb?v= 1 2/23/2015

12 Page 5 of6 each year, to reflect a weighted average of the current negotiated/cba rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * * * * an existing published wage determination a survey underlying a wage determination a Wage and Hour Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC ) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC /23/2015

13 Page 6 of6 4.) All decisions by the Administrative Review Board are final. c::::::============-=====~===--==-=:========= END OF GENERAL DECISIOND / A118.dvb?v= 1 2/23/2015

HSFLGL-15-Q-00409. General Decision Number: GA150172 01/02/2015 GA172. Superseded General Decision Number: GA20140172.

HSFLGL-15-Q-00409. General Decision Number: GA150172 01/02/2015 GA172. Superseded General Decision Number: GA20140172. General Decision Number: GA150172 01/02/2015 GA172 Superseded General Decision Number: GA20140172 State: Georgia Construction Type: Building Counties: Brantley, Glynn and McIntosh Counties in Georgia.

More information

How To Get A Loan For A House In Louisiana

How To Get A Loan For A House In Louisiana 2014 COMMERCIAL REHAB EXAMPLE FINANCING Hometown LLC is the owner of a commercial property (one parcel number) within the rehab target area and runs a business out of the space. Their inspection shows

More information

Estimated Qty* Hourly Rate Total Extended Price

Estimated Qty* Hourly Rate Total Extended Price PRICING: BY LABOR CATEGORY CLIN 0001 0002 LABOR CATEGORY Plumber - Provide plumbing services as required but not limited to: Remove obstructions - drains & sewers; Repair leaky faucets; Repair Leaky supply

More information

Attachment C Schedules of State and Federal Prevailing Wages

Attachment C Schedules of State and Federal Prevailing Wages Attachment C Schedules of State and Federal Prevailing Wages State and Federal Prevailing Wage The MWDA and Consolidated Pipelines Project is funded by both state and federal grants. Therefore, both state

More information

-1- General Decision No. CO100018 applies to the following counties: El Paso, Pueblo, and Teller counties.

-1- General Decision No. CO100018 applies to the following counties: El Paso, Pueblo, and Teller counties. I-25 North Book 1 Exhibit C Attachment 2-1- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 08-10-12 GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION

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 Date Issued: March 12, 2014 Bid Number: 14-25 The City of Sikeston is soliciting bids for the resurfacing of four tennis courts. The sealed bids

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ALL CONTRACTORS SUBMITTING A RESPONSE TO THIS INVITATION TO BID MUST HAVE COMPLETED THE FORMS CONTAINED IN THIS INVITATION TO BID. FORMS SUBMITTED WHICH ARE NOT IN THE FORMAT OF

More information

Town of North Haven. REQUEST FOR QUALIFICATIONS OF and PROPOSALS FROM SOLAR ENERGY DEVELOPERS

Town of North Haven. REQUEST FOR QUALIFICATIONS OF and PROPOSALS FROM SOLAR ENERGY DEVELOPERS Town of North Haven REQUEST FOR QUALIFICATIONS OF and PROPOSALS FROM SOLAR ENERGY DEVELOPERS Legal Notice Request for Qualifications and Proposals Town of North Haven The Town of North Haven requests that

More information

BID PROPOSAL for DISTRICT OFFICE AIR CONDITIONING REPLACEMENT/ UPGRADE at the Santa Maria Public Airport

BID PROPOSAL for DISTRICT OFFICE AIR CONDITIONING REPLACEMENT/ UPGRADE at the Santa Maria Public Airport BID PROPOSAL for DISTRICT OFFICE AIR CONDITIONING REPLACEMENT/ UPGRADE at the Public Airport TO: Board of Directors Public Airport District 3217 Terminal Drive, CA 93455 Ladies and Gentlemen: The undersigned,

More information

ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO

ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO ADVERTISEMENT FOR BIDS Tree Clearing for Watson Drive City of Kearney, MO Sealed bids will be received at Kearney City Hall, 100 East Washington, Kearney, MO 64060, on or before 2:00 PM, Friday, February

More information

Tax Credit Consultant

Tax Credit Consultant Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 Request for Proposals Tax Credit Consultant Proposals due by 2:00 PM on March 26,

More information

Town of Trumbull. Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT 06611. Request for Qualification

Town of Trumbull. Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT 06611. Request for Qualification Town of Trumbull Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT 06611 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR SOLAR ENERGY DEVELOPER Legal Notice Request

More information

U.S. DEPARTMENT OF LABOR PREVAILING WAGE RESOURCE BOOK 2010 DAVIS-BACON SURVEYS

U.S. DEPARTMENT OF LABOR PREVAILING WAGE RESOURCE BOOK 2010 DAVIS-BACON SURVEYS DAVIS-BACON SURVEYS OVERVIEW OF DAVIS-BACON SURVEY PROCESS KEY CLASSES CERTIFIED PAYROLLS SURVEY FORM WD-10 & INSTRUCTION SAMPLE SURVEY INFORMATION FORMS AND RELATED WAGE DETERMINATION 1 OVERVIEW OF DAVIS-BACON

More information

HEATING VENTING AND AIR CONDITIONING (HVAC) SUBCONTRACTING SERVICES FOR THE MACON COUNTY HOUSING DEPARTMENT

HEATING VENTING AND AIR CONDITIONING (HVAC) SUBCONTRACTING SERVICES FOR THE MACON COUNTY HOUSING DEPARTMENT REQUEST FOR PROPOSALS RFP#06 4004p HEATING VENTING AND AIR CONDITIONING (HVAC) SUBCONTRACTING SERVICES FOR THE MACON COUNTY HOUSING DEPARTMENT ISSUE DATE: MAY 14, 2014 PROPOSALS WILL BE RECEIVED UNTIL

More information

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID ITB # 1002 ITEM: Storage Area Network Equipment, Installation & Support DEADLINE: Friday, February

More information

Connecticut Department of Labor Wage and Workplace Standards Division

Connecticut Department of Labor Wage and Workplace Standards Division Minimum Rates and Classifications for Residential Construction ID#: R 19501 Connecticut Department of Labor Wage and Workplace Standards Division By virtue of the authority vested in the Labor Commissioner

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

Planning and Community Development Department 214 North Center Street Goldsboro, NC 27530 (919) 580-4318. October 1, 2015. Dear Prospective Bidder:

Planning and Community Development Department 214 North Center Street Goldsboro, NC 27530 (919) 580-4318. October 1, 2015. Dear Prospective Bidder: Planning and Community Development Department 214 North Center Street Goldsboro, NC 27530 (919) 580-4318 October 1, 2015 Dear Prospective Bidder: The City of Goldsboro s Community Development Department,

More information

Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern:

Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern: Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern: Norsouth Construction Company of Georgia, Inc. is dedicated to the highest standards of integrity

More information

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald LYNBROOK UNION FREE SCHOOL DISTRICT DISTRICT ADMINISTRATION OFFICES 111 ATLANTIC AVENUE LYNBROOK NY 11563 Tel: (516) 887-0258 Fax: (516) 887-6597 Dr. Melissa Burak Superintendent of Schools Dr. Paul Lynch

More information

REQUEST FOR QUOTATIONS. For

REQUEST FOR QUOTATIONS. For 818 S. FLORES ST. SAN ANTONIO, TEXAS 78204 www.saha.org Procurement Department REQUEST FOR QUOTATIONS For Install Window Air Conditioning Units at Various SAHA Properties For HOUSING AUTHORITY OF THE CITY

More information

E- Rate RFP Entity # 16075552 Funding Year 14 With Multi-Year Option 470 # 626480001164674 RFP: Data and Cell Service

E- Rate RFP Entity # 16075552 Funding Year 14 With Multi-Year Option 470 # 626480001164674 RFP: Data and Cell Service E- Rate RFP Entity # 16075552 Funding Year 14 With Multi-Year Option 470 # 626480001164674 RFP: Data and Cell Service Original RFP posted on our Webpage (www.cintitechacademy.com) DUE DATE: January 17,

More information

REQUEST FOR QUOTES (RFQ)

REQUEST FOR QUOTES (RFQ) REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck

More information

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552 ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request

More information

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 Proposals Due October 27, 2015 at 2:00 PM 1 P age TABLE

More information

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1 June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM This addendum consists of the following clarification: 1. Addendum #1 is attached and

More information

REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526

REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526 REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526 Stephanie Carroll, Technology Coordinator scarroll@cityofconway.com 843 248 1760 LEC Security Camera System

More information

SPECIFICATION NO. 1244-2 ADDENDUM 2 APPENDIX O DAVIS-BACON PREVAILING WAGES REVISED PER ADDENDUM 2

SPECIFICATION NO. 1244-2 ADDENDUM 2 APPENDIX O DAVIS-BACON PREVAILING WAGES REVISED PER ADDENDUM 2 SPECIFICATION NO. 1244-2 ADDENDUM 2 APPENDIX O DAVIS-BACON PREVAILING WAGES REVISED PER ADDENDUM 2 DAVIS-BACON WAGE DETERMINATION REFERENCE MATERIAL http://www.gpo.gov/davisbacon/referencemat.html Page

More information

Borough of Jamesburg

Borough of Jamesburg Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough

More information

GRASS CUTTING Request for Proposals

GRASS CUTTING Request for Proposals GRASS CUTTING Request for Proposals CITY OF FAIRFIELD BUILDING & ZONING DIVISION 5350 PLEASANT AVENUE FAIRFIELD, OH 45014 (513) 867-5318 FAX: (513) 867-5310 Job Description: Grass cutting, trimming; debris

More information

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

ATTACHMENT B PROPOSAL SUBMITTAL FORMS. For WEB FILTER REPORTING TOOL RFP #0413-242

ATTACHMENT B PROPOSAL SUBMITTAL FORMS. For WEB FILTER REPORTING TOOL RFP #0413-242 ATTACHMENT B PROPOSAL SUBMITTAL FORMS For WEB FILTER REPORTING TOOL RFP #0413-242 FORM NAME Page General Company Information Form.. 2 Proposal Cost Summary Form.. 3 Signature Page Form... 4 Buy Local Packet

More information

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION Notice is hereby given that the Duckett Creek Sanitary District will receive sealed proposals at the Duckett

More information

DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO

DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO Date of Bid: DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO In response to the Advertisement for Bids for the following public work: PIER 26 SOUTH BULKHEAD

More information

ISLAMORADA, VILLAGE OF ISLANDS FLORIDA. REQUEST FOR QUOTES for NEW HVAC UNITS (RFQ-16-11) May 11, 2016

ISLAMORADA, VILLAGE OF ISLANDS FLORIDA. REQUEST FOR QUOTES for NEW HVAC UNITS (RFQ-16-11) May 11, 2016 ISLAMORADA, VILLAGE OF ISLANDS FLORIDA REQUEST FOR QUOTES for NEW HVAC UNITS May 11, 2016 Islamorada, Village of Islands Village Administrative Center 86800 Overseas Highway Islamorada, Florida 33036 ISLAMORADA,

More information

City of Brentwood, Missouri. December 28, 2015

City of Brentwood, Missouri. December 28, 2015 Request for Proposals For Ice Rink Refrigeration System & HVAC Preventative Maintenance Service for the Brentwood Recreation Complex Brentwood Recreation Complex Renovations December 28, 2015 Submission

More information

Town of Islip Housing Authority Bid Specifications Cesspool Cleaning & Servicing

Town of Islip Housing Authority Bid Specifications Cesspool Cleaning & Servicing Town of Islip Housing Authority Bid Specifications Cesspool Cleaning & Servicing Scope of Work The Contractor shall provide labor and equipment for the efficient removal and disposal of the contacts of

More information

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID PORTSMOUTH, NH Purchasing Department Annual Fuel Bid - #01-14 INVITATION TO BID Sealed bid proposals, plainly marked with the Annual Fuel Bid, Bid #01-14 on the outside of the mailing envelope and the

More information

VACANT/ABANDONED PROPERTY GRASS CUTTING Request for Proposals

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

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS The Town of Ayer s Department of Planning & Development seeks proposals from qualified consultants to provide the following services in the Town of Ayer: INFRASTRUCTURE PROJECT CONSULTANT

More information

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015 Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS October 19, 2015 The Morgan Hill Unified School District ( District ) has determined that contractors on future

More information

ATTACHMENT B BID SUBMITTAL FORMS. For LIME SLUDGE REMOVAL WATER RECLAIM BASIN RFB #0713-017

ATTACHMENT B BID SUBMITTAL FORMS. For LIME SLUDGE REMOVAL WATER RECLAIM BASIN RFB #0713-017 ATTACHMENT B BID SUBMITTAL FORMS For LIME SLUDGE REMOVAL WATER RECLAIM BASIN RFB #0713-017 FORM NAME Page Certification Regarding Ability to Obtain Required Insurance.. 2 Bid Pricing Submittal Form.. 3

More information

Exhibit D CONTRACT DOCUMENTS

Exhibit D CONTRACT DOCUMENTS Exhibit D CONTRACT DOCUMENTS Table of Contents: PUBLIC CONSTRUCTION BOND... 1 CONTRACT... 3 CONSENT OF SURETY TO FINAL PAYMENT... 7 PROPOSAL/BID BOND... 8 AFFIDAVIT... 9 NON COLLUSION AFFIDAVIT... 10 SCRUTINIZED

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS Bids will be received at the Business Operations Office, One Donham Plaza, 4th Floor, Middletown, Ohio 45042 until 9:00am on November 10, 2014 and will be opened and read immediately

More information

ATTACHMENT B PROPOSAL SUBMITTAL FORMS. For ZETRON MAX NG911 PHONE SYSTEM RFP #0912-074

ATTACHMENT B PROPOSAL SUBMITTAL FORMS. For ZETRON MAX NG911 PHONE SYSTEM RFP #0912-074 ATTACHMENT B PROPOSAL SUBMITTAL FORMS For ZETRON MAX NG911 PHONE SYSTEM RFP #0912-074 FORM NAME Page General Company Information Form.. 2 Proposal Cost Summary Form.. 3 Signature Page Form... 4 Buy Local

More information

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section

More information

OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS THIS QUESTIONNAIRE MUST BE PRINTED ON BLUE PAPER OAKLAND UNIFIED SCHOOL DISTRICT

More information

WAIVER OF MECHANICS LIENS

WAIVER OF MECHANICS LIENS WAIVER OF MECHANICS LIENS KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, have commenced or are about to commence to render services, to perform work, or to furnish materials in the construction,

More information

PUTNAM CITY SCHOOLS CAMPUS POLICE DEPARTMENT REQUEST FOR QUOTE FOR ARMED SECURITY GUARDS 2012-2013 SCHOOL YEAR

PUTNAM CITY SCHOOLS CAMPUS POLICE DEPARTMENT REQUEST FOR QUOTE FOR ARMED SECURITY GUARDS 2012-2013 SCHOOL YEAR PUTNAM CITY SCHOOLS CAMPUS POLICE DEPARTMENT REQUEST FOR QUOTE FOR ARMED SECURITY GUARDS 2012-2013 SCHOOL YEAR PREFACE Technical contact for this Quote: Mark Stout Chief of Police Putnam City Campus Police

More information

REQUEST FOR QUOTATIONS. For. Roof Repair at HB Gonzalez For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED ENTITIES

REQUEST FOR QUOTATIONS. For. Roof Repair at HB Gonzalez For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED ENTITIES 818 S. FLORES ST. SAN ANTONIO, TEXAS 78204 www.saha.org Procurement Department REQUEST FOR QUOTATIONS For Roof Repair at HB Gonzalez For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED

More information

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director July 23, 2013 TO: ALL PROSPECTIVE RESPONDERS FROM: REQUEST

More information

PASADENA AREA COMMUNITY COLLEGE DISTRICT (PACCD) 2015 California Uniform Public Construction Cost Accounting Act (CUPCCAA) Informal Bid List

PASADENA AREA COMMUNITY COLLEGE DISTRICT (PACCD) 2015 California Uniform Public Construction Cost Accounting Act (CUPCCAA) Informal Bid List PASADENA AREA COMMUNITY COLLEGE DISTRICT (PACCD) 2015 California Uniform Public Construction Cost Accounting Act (CUPCCAA) Informal Bid List At their Board meeting of August 21, 2013, the Trustees of the

More information

Request for Qualifications for Housing Authority Contractors

Request for Qualifications for Housing Authority Contractors Request for Qualifications for Housing Authority Contractors I. Summary and General Information The Housing Authority of the County of Stanislaus is requesting qualifications from construction contractors

More information

QSP INFORMATION AT A GLANCE

QSP INFORMATION AT A GLANCE QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:

More information

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR CONSTRUCTION MANAGEMENT SERVICES FOR ORANGE COAST COLLEGE BUSINESS, MATH, COMPUTING CENTER December 14, 2012 PROPOSALS DUE: By 4 p.m. -

More information

PITTSBURG UNIFIED SCHOOL DISTRICT

PITTSBURG UNIFIED SCHOOL DISTRICT PITTSBURG UNIFIED SCHOOL DISTRICT New Construction and Modernization Projects PRE-QUALIFICATION PROGRAM QUESTIONNAIRE FOR PROJECTS $20 MILLION AND OVER TABLE OF CONTENTS PAGE NO. GENERAL INFORMATION.......i

More information

REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015 REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT August 10, 2015 The City of Rome, Georgia is requesting proposals from qualified firms to provide Check Processing

More information

2012 Wireless Clock System/Installation Bid Wyoming Junior High School. 2125 Wrenwood Wyoming, MI 49519

2012 Wireless Clock System/Installation Bid Wyoming Junior High School. 2125 Wrenwood Wyoming, MI 49519 2012 Wireless Clock System/Installation Bid Wyoming Junior High School 2125 Wrenwood Wyoming, MI 49519 Due: November 16, 2012 10:00 am Pre Bid Meeting: November 6, 2012 3:00 pm 2012 Wyoming Junior High

More information

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL/EUS

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL/EUS COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL/EUS A. PURPOSE: The Collingswood Board of Education is seeking proposals through the EUS procurement process

More information

INVITATION FOR BIDS CCK-2139-16 PROJECT 2369.2 PEDIATRIC CRITICAL CARE RENOVATION PHASE 3 ADDENDUM #3 6-22-16

INVITATION FOR BIDS CCK-2139-16 PROJECT 2369.2 PEDIATRIC CRITICAL CARE RENOVATION PHASE 3 ADDENDUM #3 6-22-16 INVITATION FOR BIDS CCK-2139-16 PROJECT 2369.2 PEDIATRIC CRITICAL CARE RENOVATION PHASE 3 ADDENDUM #3 6-22-16 ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. IMPORTANT:

More information

ATTACHMENT B PROPOSAL SUBMITTAL FORMS. For APPRAISAL REPORT SERVICES FOR PROPERTY INSURANCE PROGRAM RFP #0612-241

ATTACHMENT B PROPOSAL SUBMITTAL FORMS. For APPRAISAL REPORT SERVICES FOR PROPERTY INSURANCE PROGRAM RFP #0612-241 ATTACHMENT B PROPOSAL SUBMITTAL FORMS For APPRAISAL REPORT SERVICES FOR PROPERTY INSURANCE PROGRAM RFP #0612-241 FORM NAME Page General Company Information Form.. 2 Proposal Cost Summary Form.. 3 Signature

More information

Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services

Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services The Delaware Sustainable Energy Utility ( SEU ) requests proposals from firms and individuals qualified to provide

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL REQUISITION & PROPOSAL DATE August 21, 2007 McDuffie Island DEPARTMENT ORIGINATING DEPT NO. 99167 TO: Prospective Bidders Please procure the following and DELIVER TO: MOBILE, ALABAMA NAMES OF ARTICLES,

More information

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03 NOTICE INVITING BIDS CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03 PUBLIC NOTICE IS HEREBY GIVEN that the City of National City, hereinafter referred to as the Agency, invites sealed

More information

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL A. PURPOSE: The Collingswood Board of Education is seeking proposals from qualified respondents as follows: Board

More information

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 Project Description: The Regional Transit Authority of New

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

U.S. DEPARTMENT OF LABOR DAVIS-BACON WAGE DETERMINATIONS

U.S. DEPARTMENT OF LABOR DAVIS-BACON WAGE DETERMINATIONS DAVIS-BACON WAGE DETERMINATIONS DAVIS-BACON ACT, AS AMENDED (EXCERPT FROM 40 U.S.C. 3142) PHYSICAL INCLUSION OF WAGE DETERMINATION(S) IN BID SPECIFICATIONS AND CONTRACT GENERAL AND PROJECT WAGE DETERMINATIONS

More information

SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT

SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1 PRE-QUALIFICATION QUESTIONNAIRE 000 CONTACT INFORMATION Firm Name: Check One: Corporation (as it appears

More information

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

More information

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This

More information

SEWER BACKUP PREVENTION PROGRAM

SEWER BACKUP PREVENTION PROGRAM SEWER BACKUP PREVENTION PROGRAM PROGRAM DESCRIPTION The Village will provide partial funding for a Village approved overhead sewer, backflow prevention device and/or related equipment to single-family

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive

More information

Requests for Quotes. Fire Damage Restoration Services at 1953 Pascal #208

Requests for Quotes. Fire Damage Restoration Services at 1953 Pascal #208 PURCHASING DIVISION An Equal Opportunity Employer TM 901 Broadway, N.E. Knoxville, TN 37917-6699 865.403.1133 Fax 865.594.8858 800.848.0298 (Tennessee Relay Center) Email: purchasing@kcdc.org http://www.kcdc.org/en/doingbusiness.aspx

More information

Building Division. Engineering, Planning and Building Department 540 Laird Avenue S.E. Warren, Ohio 44484 Office: (330)841-2916 Fax: (330)841-2614

Building Division. Engineering, Planning and Building Department 540 Laird Avenue S.E. Warren, Ohio 44484 Office: (330)841-2916 Fax: (330)841-2614 Building Division Engineering, Planning and Building Department 540 Laird Avenue S.E. Warren, Ohio 44484 Office: (330)841-2916 Fax: (330)841-2614 CONTRACTOR REGISTRATION (Shall be typed or neatly printed)

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 16FB101644C PROJECT TITLE: Electronic Signature Pads DEPARTMENT: Finance DUE DATE: March

More information

INVITATION FOR BID NO. 1976. Help Desk Software Solutions. Housing Opportunities Commission s Waitlist Call Center

INVITATION FOR BID NO. 1976. Help Desk Software Solutions. Housing Opportunities Commission s Waitlist Call Center 10400 Detrick Avenue Kensington, MD 20895-2484 Telephone (240) 627-9786 www.hocmc.org INVITATION FOR BID NO. 1976 Help Desk Software Solutions for the Housing Opportunities Commission s Waitlist Call Center

More information

HVAC MAINTENANCE AND REPAIR SERVICE SPECIFICATIONS

HVAC MAINTENANCE AND REPAIR SERVICE SPECIFICATIONS GENERAL PROVISIONS General Requirements Contract Validity Period Option to Extend Subcontracting Estimated Quantities Experience Requirements Work Notification Permits Character of Workers and Equipment

More information

PREQUALIFICATION QUESTIONNAIRE

PREQUALIFICATION QUESTIONNAIRE PREQUALIFICATION QUESTIONNAIRE BAW&G/WHW/JWF/172861.2 Revision Date: 01-14/14 1 Contractor Prequalification Package CONTACT INFORMATION Firm Name: Check One: Corporation (as it appears on license) Partnership

More information

FACT SHEET Broadband Technology Opportunities Program Davis-Bacon Act Requirements Overview

FACT SHEET Broadband Technology Opportunities Program Davis-Bacon Act Requirements Overview FACT SHEET Broadband Technology Opportunities Program Davis-Bacon Act Requirements Overview Section 1606 of the American Recovery and Reinvestment Act (ARRA) of 2009, Pub. L. No. 111-5, 123 Stat. 115 (Feb.

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL DATE: 4/12/12 ORIGINATING DEPT NO. UPON REQUEST NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE The Alabama State Port Authority McDuffie Terminal will be accepting bids on the following OR APPROVED EQUAL

More information

SPECIFICATIONS FOR MONROVIA STATION SQUARE PUBLIC IMPROVEMENTS ON-SITE PROJECT NO. G-866

SPECIFICATIONS FOR MONROVIA STATION SQUARE PUBLIC IMPROVEMENTS ON-SITE PROJECT NO. G-866 SPECIFICATIONS FOR MONROVIA STATION SQUARE PUBLIC IMPROVEMENTS ON-SITE PROJECT NO. G-866 CITY OF MONROVIA DEPARTMENT OF PUBLIC WORKS Carl Hassel Director of Public Works July, 2014 City of Monrovia 600

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information

More information

LA MESA-SPRING VALLEY SCHOOL DISTRICT

LA MESA-SPRING VALLEY SCHOOL DISTRICT LA MESA-SPRING VALLEY SCHOOL DISTRICT Purchasing Department 4750 Date Avenue La Mesa CA 91942 BID NUMBER FB3-15/16 Asphaltic Bid Submittal / Opening Date: December 10, 2015 at 2:00 PM La Mesa-Spring Valley

More information

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.

More information

Housing Authority of the City of Muskogee 220 N. 40th Muskogee, OK 74401

Housing Authority of the City of Muskogee 220 N. 40th Muskogee, OK 74401 Request for Proposals COMPREHENSIVE SOFTWARE APPLICATION Housing Authority of the City of Muskogee 220 N. 40th Muskogee, OK 74401 Table of Contents I. INTRODUCTION... 3 A. PURPOSE OF RFP... 3 B. SCOPE

More information

Trane U.S. Inc. Authorized Government Price List. GSA Hourly Billing Rates for Labor Categories Under SINs 811-002 and 811-003. Position Description

Trane U.S. Inc. Authorized Government Price List. GSA Hourly Billing Rates for Labor Categories Under SINs 811-002 and 811-003. Position Description GSA Hourly Billing Rates for Labor Categories Under s 811-002 and 811-003 Trane U.S. Inc. Trane Position Title Comparable Government Category Position Description GSA Price Rate/Hour with IFF (Eff. 8/28/14

More information

Actuarial Study on Post Employment Benefits Ref #12115RFPLC

Actuarial Study on Post Employment Benefits Ref #12115RFPLC Request for Proposals Actuarial Study on Post Employment Benefits Ref #12115RFPLC LUZERNE COUNTY PENNSYLVANIA DUE DATE February 6, 2015 at 3:00 p.m. Luzerne County Purchasing Department Attention: Mr.

More information

Fire Damage Repairs, 2510 Burton Street

Fire Damage Repairs, 2510 Burton Street Fire Damage Repairs, 2510 Burton Street Introduction: The Housing Authority of the County of San Joaquin (Authority) is seeking quotes from Class B General Building Contractors (Contractor) to provide

More information

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS Allegany County will receive sealed bids until 10:00

More information

THE RETIREMENT SYSTEMS OF ALABAMA

THE RETIREMENT SYSTEMS OF ALABAMA THE RETIREMENT SYSTEMS OF ALABAMA I N V I T A T I O N T O B I D For: F5 Networks BIG-IP Security Hardware and Software Agency Contact: Edward Davis (334) 517-7130 Invitation to Bid No.: 15-006 Mandatory

More information

Purchasing a Business in Utah - RFP Approval Bid Process

Purchasing a Business in Utah - RFP Approval Bid Process REQUEST FOR PROPOSAL To Provide Services for RELEASE DATE: November 11, 2010 DUE DATE: December 10, 2010 2 p.m. Mark Hoss Purchasing Coordinator I. GENERAL TABLE OF CONTENTS PAGE A. Intent of Request for

More information

SUBSTANTIAL IMPROVEMENT/DAMAGE NOTICE TO PROPERTY OWNERS

SUBSTANTIAL IMPROVEMENT/DAMAGE NOTICE TO PROPERTY OWNERS SUBSTANTIAL IMPROVEMENT/DAMAGE NOTICE TO PROPERTY OWNERS Rebuilding or repairing your home/business after the storm? Adding on, renovating, or remodeling your home/business? Here s information YOU need

More information

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy

More information

SUBSTANTIAL IMPROVEMENT OR SUBSTANTIAL DAMAGE NOTICE TO PROPERTY OWNER

SUBSTANTIAL IMPROVEMENT OR SUBSTANTIAL DAMAGE NOTICE TO PROPERTY OWNER NOTICE TO PROPERTY OWNER Rebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information YOU need to know about the 50% Rule. If your home or business is below

More information

Fire Damage Restoration Services for Unit 102 at Lee Williams Complex

Fire Damage Restoration Services for Unit 102 at Lee Williams Complex Request for Quotes The Purchasing Division of Knoxville's Community Development Corporation (KCDC) will receive quotes for the services detailed herein. Fire Damage Restoration Services for Unit 102 at

More information

Housing Authority of the City of Perth Amboy

Housing Authority of the City of Perth Amboy Housing Authority of the City of Perth Amboy 881 AMBOY AVENUE, P.O. BOX 390, PERTH AMBOY, NJ 08862 TELEPHONE: (732) 826-3110 FAX: (732) 826-3111 EDNA DOROTHY CARTY-DANIEL, Chairperson REVEREND GREGORY

More information

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Proposal Hewlett Packard Network Switches and Peripherals Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov

More information