REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO:



Similar documents
REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSALS

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

Administered by University of Maine System Office of Strategic Procurement Request for Proposal (RFP)

United Planning Organization REQUEST FOR QUOTATION (RFQ) SUPPLY OF NIMBLE STORAGE AREA NETWORK FOR SHAREPOINT 2013 PROJECT RFQ #

REQUEST FOR PROPOSALS (RFP)

APPALCART REQUEST FOR PROPOSAL

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

Town of Maiden. Request for Proposals For Sign Replacement Project

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL Procurement of Landscaping Services

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.

How To Build A Data Backup System In Town Of Trumbull

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

SOLICITATION QUOTATION PROFESSIONAL SERVICES

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement

DUE DATE: August 23, :00 p.m.

CITY OF SHREVEPORT STANDARD CLAUSES BY REFERENCE

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

KANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500 PURCHASING OFFICE 2010 N. 59 th STREET ROOM 370 KANSAS CITY, KS WEB SITE:

REQUEST FOR INFORMATION

BENTON COUNTY PERSONAL SERVICES CONTRACT

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

Terms and Conditions for Purchase Orders for Recycling Materials

COUNTY OF TANEY, MISSOURI

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

COUNTY OF PRINCE EDWARD REQUEST FOR PROPOSALS FOR PROFESSIONAL FINANCIAL ADVISORY SERVICES

SAMPLE CONTRACT LANGUAGE. 2.0 Terms and Conditions. 2.1 Scope of Services: Contractor will perform the services described in Exhibit A

5. Preparation of the State and Federal Single Audit Reports.

By accepting this work engagement, consultant certifies that they are not currently working for any state or federal government agency.

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

SOLICITATION QUOTATION BLANKET ORDER

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1

CITY OF LEAWOOD. Independent Contractor Agreement

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Quote. LETTERING REPLACEMENT At Tulsa International Airport

TOWN OF GROTON INVITATION TO BID ARCHIVING SYSTEM

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR

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

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

REQUEST FOR PROPOSALS SPEC. # 4995

REQUEST FOR QUOTATION

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT PROJECT

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Quote Number: PRC Baseball Diamond Backstop Re-Fence

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

QSP INFORMATION AT A GLANCE

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

April 28, 3:00 P.M. EST.

SEALED BID SOLICITATION QUOTATION

ATLANTA COMMERCIAL BOARD OF REALTORS, INC. EXCLUSIVE LISTING AGREEMENT FOR SALE OF REAL PROPERTY

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, Quote Due Date: August 21, 2015 at 5:00 p.m.

Attachment A Terms and Conditions RFX No TITLE: Quality Control Standards DHH Office of Public Health

REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR PROPOSAL

Attachment A Terms and Conditions

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

REQUEST FOR PROPOSALS (RFP)

RECITALS. WHEREAS, VENDOR is a company and a provider of technology services for business, government and education;

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

SAINT LOUIS COUNTY GOVERNMENT PARKS & RECREATION DEPARTMENT REQUEST FOR PROPOSAL (RFP)

NPSA GENERAL PROVISIONS

CITY OF ARLINGTON STANDARD TERMS AND CONDITIONS CITY OF ARLINGTON STANDARD TERMS AND CONDITIONS

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

OSWEGO COUNTY PURCHASING DEPARTMENT

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID

Request for Proposal No Moving Services

STATE OF MONTANA INVITATION FOR BID (THIS IS NOT AN ORDER)

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

TOWN OF TRUMBULL, CONNECTICUT REQUEST FOR QUOTATION (RFQ) VIRTUALIZED SERVER. BID NUMBER 5945 DUE: May 2, :00PM GENERAL INSTRUCTIONS TO BIDDERS

STETSON UNIVERSITY INDEPENDENT CONTRACTOR- ALCOHOL/BARTENDING SERVICES AGREEMENT. THIS AGREEMENT made and entered into this _ day of, by and between

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant").

Administered by University of Maine System Office of Strategic Procurement Request for Proposal (RFP)

REQUEST FOR PROPOSAL (RFP)

CITY OF BROOKHAVEN INVITATION TO BID NUMBER ARMORED CAR SERVICES

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

Transcription:

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: April 6th, 2010

Common Ground Page 2 of 9 REQUEST FOR PROPOSAL: THE LEE OFFICE & RESIDENTIAL FURNITURE 1.0 GENERAL INFORMATION 1.1 Purpose: Common Ground, a leader in the development of solutions to homelessness, is seeking proposals for office and residential furniture for new supportive housing, The Lee, at 133 Pitt Street on Manhattan s Lower East Side. The new facility will house 262 residents and will be environmentally sustainable achieving a LEED Silver designation. This Request for Proposals (RFP) states the instructions for submitting proposals, the procedure and criteria by which a vendor may be selected and the contractual terms by which Common Ground intends to govern the relationship between it and the selected Contractor. 1.2 Definition of Parties: Common Ground will hereinafter be referred to as Common Ground. Respondents to the RFP shall be referred to as Bidders. The Bidder to whom the contract is awarded shall be referred to as the Contractor. 1.3 Scope: Proposals shall be for the field measurement, delivery and installation of window treatements. Design, delivery and assembly shall be included in the price and are the sole responsibility of the Contractor. Specifications for the office systems, tables and chairs are provided in Attachment A. All products shall be Greenguard certified/wood shall be finished with low-emitting volatile organic compounds. 1.4 Evaluation Criteria: Proposals will be evaluated on many criteria deemed to be in Common Ground s best interests, including, but not limited to: Cost (including storage) Delivery Deposit requirements (maximum 15% of total order) Ability to meet specifications, terms and conditions References Prior working experience with Common Ground Community is preferred 1.5 Communication with Common Ground: It is the responsibility of the bidder to inquire about any requirement of this RFP that is not understood. Responses to inquiries, if they change or clarify the RFP in a substantial manner, will be forwarded by addenda to all parties that have received a copy of the RFP. Common Ground will not be bound by oral responses to inquiries or written responses other than addenda. Please direct all inquiries to : Brian Ferrier Senior Project Manager Common Ground 505 Eighth Avenue 15th Floor New York, NY 10019

Common Ground Page 3 of 9 The deadline for written inquiries is March 31 th, 2009 Tel: 212. 389. 9357 bferrier@commonground.org 1.6 Award of Proposal: Common Ground s objective is to award the proposal to one bidder. However Common Ground reserves the right to award this proposal on an item-by-item basis or a group of items. Common Ground reserves the right to reject any or all proposals, in whole or in part, and is not necessarily bound to accept the lowest cost proposal. Should Common Ground determine in its sole discretion that only one bidder is fully qualified, or that one bidder is clearly more qualified than any other under consideration, a contract may be awarded to that bidder without further action. 1.7 Confidentiality: The information contained in proposals submitted for Common Ground s consideration will be held in confidence until all evaluations are concluded and an award has been made. Pricing and other information that is an integral part of the offer cannot be considered confidential after an award has been made. Common Ground will honor requests for confidentiality for information of a proprietary nature to the extent allowed by law. Bidders should clearly mark any information considered confidential and/or proprietary. 1.8 Costs of Preparation: Bidder assumes all costs of preparation of the proposal and any presentations necessary to the proposal process. 1.9 Debarment: Submission of a signed proposal in response to this solicitation is certification that the bidder (or any subcontractor) is not currently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by any City, State or Federal department or agency. Submission is also agreement that Common Ground will be notified of any change in this status. 1.10 Proposal Understanding: By submitting a proposal, the bidder agrees and assures that the specifications are adequate, and the bidder accepts the terms and conditions herein. Any exceptions should be noted in the bidder s proposal. 1.11 Proposal Validity: Unless otherwise specified, all proposals shall be valid for 90 days from the due date of the proposal. 1.12 Proposal Submission: A SIGNED original and 2 copies of the proposal must be received by: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 - Emailed proposals will be accepted but complete, signed original proposals must be received not later than by 2 days after the Due Date. - Normal business hours are 9:00 AM to 5:00 PM, Monday through Friday.

Common Ground Page 4 of 9 - Proposals received after the due date will be returned unopened. - There will be no public opening of proposals (see 1.7 Confidentiality). - Vendors are strongly encouraged to submit proposals in advance of the due date to avoid the possibility of missing the due date because of unforeseen circumstances. - - Vendors assume the risk of the methods of dispatch chosen. Common Ground assumes no responsibility for delays caused by any package or mail delivery service. - Postmarking by the due date WILL NOT substitute for receipt of proposal. - All bid envelops must be marked with the following information: Name of Bidder Address of Bidder Due Date RFP Name Project Name 1.13 Additional time will not be granted to any vendor. Additional time may be granted to all vendors if Common Ground determines that circumstances require it. 1.13 Errors: Proposals may be withdrawn or amended by bidders at any time prior to the proposal opening. If a significant mistake has been made by an apparent low bidder, the bidder will be given the option of fulfilling the contract at the proposed price or withdrawing the proposal. If and extension error has been made, the unit price will prevail. 2.0 GENERAL TERMS AND CONDITIONS: 2.1 Contract Documents: If a separate contract is not written, the contract entered into by the parties shall consist of the RFP, the signed proposal submitted by the Contractor, the specifications including all modifications thereof, and a purchase order or letter of agreement requiring signatures of Common Ground and the Contractor, all of which shall be referred to collectively as the Contract Documents. 2.2 Contract Validity: In the event one or more clauses of the contract are declared invalid, void, unenforceable or illegal, that shall not affect the validity of the remaining portions of the contract. 2.3 Contract Administration: If the Contractor needs clarification of or deviation from the terms of the contract, it is the Contractor s responsibility to obtain written clarification or approval from Brian Ferrier, Senior Project Manager, Common Ground, 212. 389. 9357. 2.4 Litigation: The Contract and the rights and obligations of the parties hereunder shall be governed by and construed in accordance with the laws of the State of New York without reference to its conflicts of laws principles. The Contractor agrees that any litigation action or proceeding arising out of this Contract shall be instituted in a state court located in the State of New York. 2.5 Assignment: Neither party of the contract shall assign the contract without the prior written consent of the other, nor shall the contractor assign any money due or to become due without the prior written consent Common Ground.

Common Ground Page 5 of 9 2.6 Transportation: Contractor is responsible to ship, receive, inspect, stage the furniture at The Lee, 133 Pitt Street, New York, NY 10002. Proposal prices must include all charges for transportation including but not limited to, packaging, crates, containers, insurance, and duty and brokerage charges necessary to complete delivery. 2.7 Delivery Notification: Common Ground shall be notified forty-eight (48) hours prior to delivery and installation. Delivery notification shall be made to Brian Ferrier, Senior Project Manager, Common Ground, 212. 389. 9357. Receiving hours are Monday Friday, 8:00 AM 3:00 PM, holidays excluded. 2.8 Packaging: All shipping containers shall be properly and legibly marked or labeled on the outside with the description of the items and purchase order number. Packing or delivery slips must be provided. 2.9 Tax Exemption: Common Ground HDFC II is a Non-Profit 501(c)(3) organization and is exempt from the payment of Federal Excise Taxes on articles not for resale and for the Federal Transportation Tax on all shipments. The Contractor and subcontractor shall quote and shall be reimbursed less these taxes. Upon application, exemption certificates will be furnished when required. Common Ground is exempt from the payment of New York State and New York City Sales and Use Taxes. 2.10 Equal Opportunity: In the execution of the contract, the Contractor and all subcontractors agree, consistent with Common Ground policy, not to discriminate on the grounds of race, color, religion, sex, sexual orientation, including transgender status or gender expression, national origin or citizenship status, age, disability or veterans status and to provide reasonable accommodations to qualified individuals with disabilities upon request. 2.11 Independent Contractor: Whether the Contractor is a corporation, partnership or other legal entity, the Contractor is an independent contractor. The manner in which services are performed shall be controlled by the Contractor, however, the nature of the services and the results to be achieved shall be specified by Common Ground. The Contractor is not to be deemed an employee or agent of Common Ground and has no authority to make any binding commitments or obligations on behalf of Common Ground except as expressly provided herein. 2.12 Indemnification: The Contractor agrees to be responsible for, and to protect, save harmless, and indemnify Common Ground and its employees from and against all loss, damage, cost and expense (including attorney s fees) suffered or sustained by Common Ground or for which Common Ground may be held or become liable by reason of injury (including death) to persons or property or other causes whatsoever, in connection with the operations of the Contractor or any subcontractor under this agreement. 2.13 Contractor s Liability Insurance: During the term of this agreement, the Contractor shall maintain the following insurance: Insurance Type 1. Commercial General Liability (Written on an Occurrence based form) Coverage Limit $1,000,000 per occurrence or more (Bodily Injury and Property Damage)

Common Ground Page 6 of 9 2. Automobile Liability (Including Hired & Non-Owned) $1,000,000 per occurrence or more (Bodily Injury and Property Damage) 3. Workers Compensation Required for all personnel (In Compliance with Applicable State Law) Common Ground shall be named as an Additional Insured on the Commercial General Liability insurance. Certificates of Insurance for all of the above insurance shall be filed with Common Ground. Certificates shall be filed prior to the date of performance under this Agreement. Said certificates, in addition to proof of coverage, shall contain the standard Acord statement pertaining to written notification in the event of cancellation, with a thirty (30) day notification period. An additional insured and certificate holder, Common Ground shall be named as: Common Ground HDFC II Pitt Street LP 505 Eighth Avenue 15th Floor New York, NY 10018 Additional insured shall be added to this certificate at Common Ground s request at no additional cost. 2.14 Quantities: The quantities shown on this request are based on estimated needs. Common Ground reserves the right to adjust quantities to meet actual needs. 2.15 Colors/Finishes: Common Ground reserves the right to change colors or finishes within the same price level prior to placement of final order. 3.0 PERFORMANCE TERMS AND CONDITIONS: 3.1 Furnish and Assemble: The items on this contract will be provided on a Contractor furnish and assemble basis. The Contractor will have the complete responsibility for the items until delivered and assembled. All transportation and assembly arrangements will be the responsibility of the Contractor. Items will be delivered directly to 133 Pitt Street, New York, NY. Delivery notification must be made to the end user at least 48 hours prior to delivery. Final site clean up shall be provided. All crating and other debris must be removed from the premises and disposed of properly in non Common Ground containers. The Contractor will be solely responsible for correcting damage to premises resulting from the delivery and assembly process. 3.2 Default Contingency: In the case of default by the Contractor, for any terms of the Contract, Common Ground may procure the items from other sources and hold the contractor responsible for any excess cost occurring as a result of the default.

Common Ground Page 7 of 9 3.3 Required Delivery: The building will be completed in two phases: Phase 1: Cellar, 1, 2, and 3: Delivery between 5/01/10 and 07/01/10 Phase 2: Floors 4 11: Delivery between 7/1/10 and 10/01/10 ** It is noted that Phase II may be broken up into separate deliveries depending on the pace of completion by the General Contractor. Common Ground will provide two weeks advance notice will for delivery for each phase 3.5 Storage Charges: Provide monthly storage charge if due to unforeseen conditions, delivery is postponed beyond the projected Phase scheduled end date. 3.6 Shipment Identification: A packing slip with the following information shall be included with all shipments: Common Ground HDFC II Pitt Street 133 Pitt Street, New York, NY 10002 Line item description Quantity ordered Quantity included in shipment 3.7 Payment: Payment will be made upon receipt of correct invoice for goods that have been delivered, installed and accepted..a vendor may submit an invoice for partial installation. All furnishings must be installed, inspected and punch listed by Common Ground, and punch list items repaired prior to final payment. 4.0 SCOPE OF WORK: 4.1 Drawings A102 Floor Plan (Typical of 2 Floors) [annotated plan] A104 Floor Plan (Typical of 9 Floors) [annotated plan] Window Type 1 Elevation [annotated sketch] Window Type 2 Elevation [ annotated sketch] Window Type 3 Elevation [annotated sketch] A101 Floor Plan (Typical of 1 Floor) A200 Exterior Elevation - East A201 Exterior Elevation West A202 Exterior Elevation North and South A203 Exterior Elevation Misc. A204 Elevation Enlarged Curtain Wall A400 Wall Sections A411 Exterior Details II Typical Window Openings A413 Exterior Details Curtain Wall

Common Ground Page 8 of 9 A415 Exterior Details SS Panel: East Façade A720 Window Types/Schedules 4.2 Specifications Section 12492: Horizontal Louver Blinds per Section 12492 Roller Shades: Provide 4.3 Work Description: Floor 2 through 12 Floors 2 through 12: Furnish and Install Horizontal Louver Blinds at all locations described on the Annotated Floor Plans. Provide Itemized Pricing per the following Table: Contractor is responsible for verifying all dimensions and conditions in the field. Louver Blind Type Quantity Unit Cost Type 1 241 Type 2 22 Type 3 6 4.4 Work Description: Floor 1 Floor 1: Furnish and Install Roller Shades at all Window locations shown on the First Floor Plan Provide Itemized Pricing per the following Table: Contractor is responsible for verifying all dimensions and conditions in the field. At locations with operable windows, provide a roller shade that runs across the entire opening. I.e. Roller shades run over the window (the windows swing outwards). Roller Shade Type Quantity Unit Cost Window Type A Window Type B Window Type C Window Type D Window Type F Window Type G etc 4.5 ALTERNATE Work Description: Floor 1 Provide Alternate Pricing as follows. Floor 1: Furnish and Install Horizontal Louver Shades all Window locations shown on the First Floor Plan Provide Itemized Pricing per the following Table: Contractor is responsible for verifying all dimensions and conditions in the field.

Common Ground Page 9 of 9 At locations with operable windows, provide a roller shade that runs across the entire opening. I.e. Roller shades run over the window (the windows swing outwards).\ Louver Blinds Type Quantity Unit Cost Window Type A Window Type B Window Type C Window Type D Window Type F Window Type G etc 5.0 FORM OF PROPOSAL 5.1 Please provide pricing itemized pricing for each window treatment type. 5.2 Provide a total for the entire order on the last page. 5.3 Provide warranty information on all items quoted. 5.4 Provide a list of replacement parts with unit pricing if applicable. 5.5 State lead time for delivery after receipt of order. 5.6 Describe the installation process. 5.7 Provide environmental criteria and/or confirmation of Greenguard certification/cradle-to-cradle certification. 5.8 Provide one set of finish samples for all materials used in furnishings quoted. 5.9 Provide detailed construction specifications, drawings, illustrations or catalog cuts of items specified. 5.10 Provide a list of three references including company name, contact name, address, telephone number, and email address. References should be companies or institutions that have purchased and installed items for a project similar in scope. 5.11 Business Profile: Please provide a brief description of your company.