Ketchikan Indian Community Housing Authority

Size: px
Start display at page:

Download "Ketchikan Indian Community Housing Authority"

Transcription

1 Ketchikan Indian Community Housing Authority REQUEST FOR PROPOSALS For performing Energy Efficiency Audits on Units in Ketchikan, Alaska Date of Proposal: April 10, 2015 BID PROPOSAL DUE BY: May 8, 2015 Ketchikan Indian Community Housing Authority (KICHA) is requesting proposals from qualified individuals or firms to perform Energy Efficiency Audits on Weatherization Assistance Program (WAP) units in Ketchikan Gateway Borough. Bidders shall be selected on their work experience in this field, their capacity to perform the work in a timely fashion and within budgets, their experience in working in Alaska Native communities and homes, and their costs proposals, according to scoring criteria outlined herein. SCOPE OF WORK: The work will include three separate phases of inspection to be bid on upon separately. The three phases are as follows: Pre-improvement assessments, to include blower door testing, combustion testing, house layout, lead testing on pre-1978 homes, photos, full AkWarm inspection report, recommendations, and general material list for recommendations, along with needed client signatures. Quality Control Inspection, to include photo documentation of installed items, quality assessment of work performed, and combustion testing. Post-improvement inspection, to include post blower door numbers, combustion testing, client signatures, AkWarm post rating, and client education on installed material maintenance and care, to cover heating, ventilation, and safety equipment. Work will be performed in Ketchikan Gateway Borough. The energy auditor is expected to perform a thorough visual investigation of the entire building including crawlspace, attic, interior and exterior. The energy auditor is expected to analyze energy usage in the building and make recommendations for improvements, including recommendations on specific material use, and material estimates that KICHA can use to develop action strategies. Estimated project cost is based upon contractors bid price on a per-unit, or per-hour basis. (Not to exceed 5 hours per inspection, including reports and AkWarm compilation). Work will be labor, materials, and equipment. Work is to start within 3 weeks of award of contract. Duration of the program is expected to continue through the end of the grant period, March 31, Cost proposals for the above work are addressed in separate section Bid Sheet attached below. QUALIFICATIONS. By submitting a bid, the Contractor warrants that it is qualified to perform the work described in accordance with all applicable codes, standards, regulations, and specifications. Contractors must be in good standing with KICHA, and not debarred from Federal and/or State projects. BIDDING. The contractor shall provide with his bid all documentation showing its qualifications necessary for completion of the Project, including license, and insurance. No bid bond or performance bonds are required. AWARD OF BID. KICHA can at its own discretion elect to award the bid based on scoring criteria outlined herein. The nature of this RFP required that KICHA award multiple contracts to meet the program requirements. KICHA reserves the right to award contracts to more than one individual under this RFP. While a contractor may provide two phases of work contained herein, the same contractor cannot perform all three phases of inspection on the same property.

2 FIRM OFFER. For the purpose of award, offers made in accordance with this Request for Proposal (RFP) must be held firm for a period of 30 calendar days from the date of the bid opening. REJECTION OF BID. KICHA reserves the right to reject and all proposals and to waive any informality in the proposals received whenever such rejection or waiver is in the best interest of KICHA. KICHA also reserves the right to reject the proposal of any bidder who has previously failed to perform properly, or to complete on time, contracts of similar nature; who is not in a position to perform the contract or who has habitually and without just cause neglected the payment of bills or otherwise. OWNERS RESPONSIBILITIES. KICHA Housing Director Bonnie Newman will be available by phone at for questions regarding the Work according to contract documents. CONTRACTOR S RESPONSIBILITIES. The Contractor shall be in full charge of the work, ensuring that the work is performed in a safe and professional manner. The Contractor shall provide supervision, labor, tools and equipment to perform his duties unless directed otherwise by KICHA. Contractor shall coordinate all assessments with KICHA prior to start of work. QUALITY OF WORK. All work shall conform to the scopes of work as provided by KICHA, specifications, industry standards and best practices, and shall comply with AHFC and DOE protocols and energy audits and AkWarm assessments, blower door tests, CAZ testing, and energy analysis. The Contractor shall be responsible for the supervision and control of all work; the safety of the tenants in the units; and assurance that the quality of work and characters of work, conform to all applicable laws, codes and regulations. ACCEPTANCE OF WORK. KICHA reserves the right to determine the acceptability of the final audits. Should the Contractor fail to meet the specifications required by KICHA the Contractor shall immediately complete the Audits as specified, at no additional cost to KICHA. Liquidated damages are $25.00 for each calendar day of delay. PAYMENT SCHEDULE. Payments will be made within 30 days upon receipt of invoice, for inspection documents delivered to the KICHA offices, address to Bonnie Newman. KICHA will retain ten (10%) percent of the contract price to be withheld until all required items have been completed and submitted in satisfactory form to KICHA. If it is determined that all aspects of the work meet contract requirements, the full amount of the punch list retainage will be paid within seven (7) business days to the contractor. LIABILITY. The Contractor shall hold and save the KICHA, its officers, agents, and employees harmless from liability for any nature. This includes any costs, expenses, suits or damages of any kind sustained by any person(s) or property by any virtue of performance resulting from the Project, unless arising from carelessness or negligence by the KICHA, which will be apportioned on a comparative fault basis. LICENSE, BOND AND INSURANCE REQUIREMENTS. The successful bidder shall provide proof that it is licensed, bonded and insured. The Contractor shall maintain the force at all time, during the performance of work under this contract, the following policies of insurance: 1. Workers Compensation Insurance (if applicable sole proprietors exempt) 2. Commercial General Liability Insurance. 3. Business Automobile Insurance The KICHA and the Contractor shall be names as an Additional Insured under all liability coverage expect for Worker s Compensation Insurance. DISPUTE and LIEN RELEASE: Any disputes will be handled in accordance with KICHA s procurement policy, and shall be brought to the attention of Bonnie Newman, Housing Director. The contractor warrants that they waive any right to lien against the subject property, and that they shall save harmless the property owner from any liens or claims arising out of this construction contract.

3 QUESTIONS CONCERNING THE WORK. Please contact Bonnie Newman at KICHA, (907) SUBMISSION OF PROPOSALS. Bids shall be faxed, ed, mailed or hand delivered to the attention of Bonnie Newman, Housing Director. Fax number is (800) is Mailing address is 429 Deermount St. Ketchikan, Alaska DUE DATE AND TIME. Proposals are due by 2:00 P.M. May 8, FAX DISCLAIMER. It is the responsibility of the bidder to respond in a timely manner. KICHA will not be responsible for bids that are late due to mechanical failure, busy fax machine, or any other cause arising from bidders use of a fax machine. Bidders are strongly encouraged to confirm receipt of their bid with KICHA prior to submittal deadline. SCORING CRITERIA: Proposals shall be scored in accordance with the following scoring criteria. Award shall be made to the responsive and responsible bidder scoring the highest score Criteria Work experience in homes within the Ketchikan Community Work experience with performing Energy Audits on single and multi-family homes Energy Audit training, equipment and capacity Ability to meet KICHA schedule Fee Structure Score 0-20 Points 0-25 Points 0-20 Point 0-20 Points 0-15 Points Bidders are to submit with their bid a list of their experience performing energy audits, equipment they own, and a sample audit report that relate to their capacity to perform energy audit work. FEE STRUCTURE: Energy Audits will be billed on a unit cost basis, or hourly basis when specific plans and details of the building are not available to offer unit costs. Bidders are to state their hourly rates in their bid, including separate rates for travel time. KICHA will not pay full hourly rates for travel time, or for time spent in the Ketchikan community after normal working hours. Bidders will state their per diem rates. Per diem rates may not exceed State standards. KICHA reserves the right to negotiate per diem rates with bidders in advance. Travel and lodging expenses will be treated on a reimbursable basis, with prior negotiation and approval by KICHA on choice of travel carriers and lodging. Selection of travel and lodging are expected to be moderate in nature. Overhead and profit is to be included in the per-unit bid cost or hourly rate. Extra work not included in the Scope of Work listed herein will be billed at an hourly rate. A sample bid sheet is attached. OTHER INSTRUCTIONS TO BIDDERS: 1. Bidders shall list their experience in working in the Ketchikan community and homes. 2. Bidders shall provide a statement outlining their experience in performing Energy Audits on low income units in Alaska. 3. Bidders shall state the training and experience they have in performing energy audits. 4. Bidders shall list the equipment they own to perform weatherization work. 5. Bidders are to provide a statement on their own availability to meet KICHA schedules once work is awarded. END OF REQUEST FOR PROPOSAL

4 The three phases of Inspection process are as follows: Pre-improvement inspection requirements: o Meter Refrigerator, record manufacture date, or best estimate o Lighting inventory-incandescent only, for replacement o Identify high use energy appliance, if any o Check for client-installed secondary heat sources (electric, propane, oil, wood, etc.) o Blower door tests CFM 50 and ACH50 o AkWarm and IOR recommendations o CAZ testing-efficiency and Worse-case depressurization o Health and Safety issues o Existing ventilation-size, type and switching o Exhaust fan flows o Building shell information-siding, roofing, foundation, windows, doors, framing. o Photos-heating systems, fans windows, doors, foundation, walls, roof, safety concerns, water damage, occupant hazards, excess storage, attic space, or any other areas that can affect the work to be performed o Dimensions and orientations o Estimated R-values and measured where accessible o Pre-1978 lead testing verification Quality Control Inspection: o Visual verification of installed weatherization measures o Photo documentation of installed measures o Develop report verifying conditions found-quality of work, cleanliness, missed items, extra work completed, existing safety hazards, any substituted materials used, or any additional items that may need to be addressed that were found during the weatherization work. o CAZ testing, at discretion of Inspector, if any safety hazards warranty additional testing. Post-improvement Inspections (close-out or final inspection): o Post blower door numbers CFM50 and ACH50 o CAZ testing-combustion Efficiency7 and Worst-Case Depressurization o Post AkWarm report showing all installed measures o Photos of installed measures, including any items addressed as a result of the Quality Control Inspection o Obtain client signatures for verification of completed work items

5 Bidder: KICHA Weatherization April, March 31, 2016 Description Unit Bid price Pre-improvement Testing /per unit cost Multi Family Units/per unit cost /per hour cost Quality Control Inspection Post-improvement Testing Note: not all costs need to be submitted. Submitting per unit, or per hourly costs only, is at the sole discretion of the bidder.

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT Chain Link Fence Installation at CBJ Wastewater Facilities QUOTES ARE DUE PRIOR TO 2:00 p.m., March 12, 2014 RESPONDING

More information

RESIDENTIAL REWARDS PROGRAM ATTIC INSULATION APPLICATION

RESIDENTIAL REWARDS PROGRAM ATTIC INSULATION APPLICATION This application is for Home Performance with ENERGY STAR Trade Allies to submit upon completion of attic insulation installation for qualified customers. Purchase and installation must occur between January

More information

Subcontractor Contract and Scope of Work MECHANICAL Social Security Administration Auburn, AL Ross Clark Circle Dothan, Alabama 36301

Subcontractor Contract and Scope of Work MECHANICAL Social Security Administration Auburn, AL Ross Clark Circle Dothan, Alabama 36301 contractor ract and Scope of Work 15.1500 ract To: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 contractor: Scope: Mechanical Furnish and install all mechanical equipment as described

More information

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT North Miner s Cove Parking Lot Repair QUOTES ARE DUE PRIOR TO 2:00 p.m., September 11, 2014 RESPONDING TO THIS REQUEST FOR

More information

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2. contractor ract and Scope of Work 8.812 ract To: contractor: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 Scope: Window Film: Provide and install 7 mil shatter resistant window film

More information

Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project

Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project Document B108 2009 Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project AGREEMENT made as of the in the year (In words, indicate day, month and year.)

More information

Contractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware.

Contractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware. contractor ract and Scope of Work 8.801, 8.802, 8.803, and 8.804 ract To: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 contractor: Scope: Doors, Frames, and Door Hardware Provide and

More information

RFP Request for Proposals As-Needed Moving Services

RFP Request for Proposals As-Needed Moving Services RFP 2-2018 Request for Proposals As-Needed Moving Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services for multi-family

More information

PROFESSIONAL SERVICES CONSULTANT TYPE OF RETAINER AGREEMENT UNIVERSITY OF ILLINOIS

PROFESSIONAL SERVICES CONSULTANT TYPE OF RETAINER AGREEMENT UNIVERSITY OF ILLINOIS PROFESSIONAL SERVICES CONSULTANT TYPE OF RETAINER AGREEMENT UNIVERSITY OF ILLINOIS THIS AGREEMENT, made and entered into in the City of, State of Illinois, as of the date of the last signature of the parties

More information

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR REPLACEMENT OF HVAC EQUIPMENT AT Highland High School, 1800 Bench

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent CMAA Document A-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent 2013 EDITION This document is to be used in connection with the Standard Form of

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) THIS CONTRACT is by and between the Stockbridge-Munsee Community ( TRIBE ), for its Division of Community Housing, whose address is N8618 Oak St.,

More information

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE Page 1 of 37 for the following PROJECT: (Name and location or address) EXAMPLE THE OWNER: (Name and address) Example, THE ARCHITECT: (Name and address) TABLE OF ARTICLES 1 GENERAL PROVISIONS 2 OWNER 3

More information

Sayreville Housing for Seniors Corporation Gillette Manor

Sayreville Housing for Seniors Corporation Gillette Manor Sayreville Housing for Seniors Corporation Gillette Manor 650 Washington Road Sayreville, NJ 08872 732-316-0177 732-721-0062 fax Request for Proposals Door Access Control Upgrades at Gillette Manor Sayreville,

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSALS (RFP) REQUEST FOR PROPOSALS (RFP) CONSTRUCTION INSPECTION FOR THE CHARLES POINT TRAIL CONSTRUCTION PROJECT CITY OF PEEKSKILL, NEW YORK IN CONNECTION WITH BID #2018-003 DUE: MAY 18, 2018 11 AM SEALED PROPOSALS

More information

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition Document A232 2009 General Conditions of the Contract for Construction, Construction Manager as Adviser Edition for the following PROJECT: (Name, and location or address) THE CONSTRUCTION MANAGER: (Name,

More information

Single Family Homeowner Occupied Rehabilitation Services

Single Family Homeowner Occupied Rehabilitation Services PROGRAM GUIDELINES AND STANDARD OPERATING PROCEDURES Single Family Homeowner Occupied Rehabilitation Services Under the Single Family Homeowner Occupied Rehabilitation Services Program (Program), for the

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER Pre-Construction and Construction Phase Services FP&M Project No, CP00Error! Bookmark not defined. AGREEMENT made by and between the Board of Regents, State

More information

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

Bus Shelter Installation at Thunder Mountain Road and Valley Blvd. RFQ No. E13-073

Bus Shelter Installation at Thunder Mountain Road and Valley Blvd. RFQ No. E13-073 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT Bus Shelter Installation at Thunder Mountain Road and Valley Blvd. QUOTES ARE DUE PRIOR TO 2:00 p.m., August 15, 2012 RESPONDING

More information

STATE OF VERMONT STANDARD FORM. GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017)

STATE OF VERMONT STANDARD FORM. GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017) STATE OF VERMONT STANDARD FORM GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017) The following general conditions are for use with DESIGN BUILD construction contracts with the State of Vermont,

More information

REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) HOUSING REHABILITATION CONSTRUCTION MANAGEMENT

REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) HOUSING REHABILITATION CONSTRUCTION MANAGEMENT 620 Florida Street, Suite 110 Baton Rouge, Louisiana 70801 (225) 387-5606 www.ebrra.org REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) HOUSING REHABILITATION CONSTRUCTION MANAGEMENT and INSPECTIONS Federal

More information

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

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

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES ALVORD UNIFIED SCHOOL DISTRICT Angie Lopez, Director of Facilities Planning 10365 Keller Avenue Riverside, CA 92505 VARIOUS PROJECTS

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Adair Kennedy Park Tree Removal. RFQ No. E18-239

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Adair Kennedy Park Tree Removal. RFQ No. E18-239 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Adair Kennedy Park Tree Removal QUOTES ARE DUE PRIOR TO 2:00 p.m., April 19, 2018 RESPONDING TO THIS REQUEST FOR QUOTES. Quotes may be hand-delivered,

More information

Document A Exhibit A

Document A Exhibit A Design-Build Amendment Document A141 2014 Exhibit A This Amendment is incorporated into the accompanying AIA Document A141 2014, Standard Form of Agreement Between Owner and Design-Builder dated the day

More information

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR

More information

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:

More information

COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION

COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION CITY OF SOUTH GATE COMMUNITY DEVELOPMENT DEPARTMENT 8650 CALIFORNIA AVENUE SOUTH GATE, CALIFORNIA 90280 (323) 563-9535 COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION City of South Gate

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk CMAA Document CMAR-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk 2004 EDITION This document is to be used in connection with CMAA Standard Form of Contract

More information

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,

More information

COUNTY OF MONROE, MICHIGAN REQUEST FOR PROPOSALS FIRE ALARM SYSTEM REPLACEMENT FAIRVIEW COUNTY HOME. MONROE, MICHIGAN 48161

COUNTY OF MONROE, MICHIGAN REQUEST FOR PROPOSALS FIRE ALARM SYSTEM REPLACEMENT FAIRVIEW COUNTY HOME. MONROE, MICHIGAN 48161 COUNTY OF MONROE, MICHIGAN REQUEST FOR PROPOSALS FIRE ALARM SYSTEM REPLACEMENT FAIRVIEW COUNTY HOME. MONROE, MICHIGAN 48161 PROPOSALS ISSUED TO CONTRACTORS: JANUARY 26, 2017 PROPOSALS DUE: THURSDAY, FEBRUARY

More information

REQUEST FOR PROPOSAL SUPPLY OF

REQUEST FOR PROPOSAL SUPPLY OF TOWN OF SANDOWN, NH REQUEST FOR PROPOSAL SUPPLY OF #2 HEATING OIL, PROPANE GASOLINE AND DIESEL BID DUE DATE: September 6, 2018 Page 1 of 10 I. General Conditions 1. General Information: The Selectmen s

More information

CONSTRUCTION AGREEMENT/CONTRACT

CONSTRUCTION AGREEMENT/CONTRACT Contract Number: Office Use Only 2233 Citygate Drive Columbus, Ohio 43219 614.418.7725 tel 614.418.7720 fax www.creativehousing.org CONSTRUCTION AGREEMENT/CONTRACT Between: For the Project: Creative Housing,

More information

Company: Telephone: Fax:

Company: Telephone:   Fax: HVAC Weatherization Program BRAZOS VALLEY COMMUNITY ACTION AGENCY, INC. PROGRAM 2013-2014 3141 Briarcrest Drive, Suite 510, Bryan Texas 77802 (979) 774-1831 Company: Telephone: E-Mail: Fax: ISSUE DATE:

More information

NATOMAS UNIFIED SCHOOL DISTRICT CONTRACT FOR ARCHITECTURAL SERVICES FOR ( )

NATOMAS UNIFIED SCHOOL DISTRICT CONTRACT FOR ARCHITECTURAL SERVICES FOR ( ) NATOMAS UNIFIED SCHOOL DISTRICT CONTRACT FOR ARCHITECTURAL SERVICES FOR ( ) THIS AGREEMENT is entered into this day of, 2014, between the, NATOMAS UNIFIED SCHOOL DISTRICT of the County of Sacramento, California,

More information

THE MTA IS ACCEPTING INFORMAL BIDS FOR THE SALE OF 27 SURPLUS STORAGE CONTAINERS.

THE MTA IS ACCEPTING INFORMAL BIDS FOR THE SALE OF 27 SURPLUS STORAGE CONTAINERS. LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY PROCUREMENT DEPARTMENT ONE GATEWAY PLAZA LOS ANGELES, CALIFORNIA 90012-2932 TEL. (213) 922-1092 REQUEST FOR BID BID NO. O51209-S THIS IS NOT AN

More information

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office For For The Issue Date: June 1, 2018 Due Date: June 25, 2018 by 10:00 a.m. Central Time Submit RFP to: Benton County Commission c/o Michelle McLerran Kreisler P.O. Box 1238 316 Van Buren Warsaw, Missouri

More information

Program Update Home Efficiency Program, Income Qualified

Program Update Home Efficiency Program, Income Qualified Program Update Home Efficiency Program, Income Qualified Brian Stewart Account Manager January 24, 2017 Agenda Review of HEPIQ Program Ally Guide to Paperwork HVAC initiative Financing process Roll-out

More information

REQUEST FOR PROPOSALS

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

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

EXHIBIT B CRITERIA AND BILLING FOR EXTRA SERVICES EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: A. Making revisions

More information

City of Tacoma Single Family Homeowner Occupied Rehabilitation Loan Program Services

City of Tacoma Single Family Homeowner Occupied Rehabilitation Loan Program Services PROGRAM GUIDELINES AND STANDARD OPERATING PROCEDURES City of Tacoma Single Family Homeowner Occupied Rehabilitation Loan Program Services Under the Single Family Homeowner Occupied Rehabilitation Services

More information

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and

More information

Standard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated:

Standard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated: Document A142 2014 Standard Form of Agreement Between Design-Builder and Contractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Design-Builder: (Name,

More information

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

West Hartford Housing Authority Request for Proposals (RFP) HQS Services I. INTRODUCTION The West Hartford Housing Authority (WHHA) is seeking proposals from qualified Housing Quality Standard inspection firms (Proposers) to perform HQS inspections of its Housing Choice Vouchers

More information

REQUEST FOR PROPOSAL:

REQUEST FOR PROPOSAL: REQUEST FOR PROPOSAL: Residential Rebate Program Management 1. Request for Proposal (RFP) The Jefferson PUD#1 (JPUD) is soliciting proposals for the management of its residential rebate program funded

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): Project University of Maine at Farmington THE OWNER: (Name and address):

More information

Canadian Standard Form of Agreement between Client and Architect Abbreviated Version

Canadian Standard Form of Agreement between Client and Architect Abbreviated Version The Royal Architectural Institute of Canada Canadian Standard Form of Agreement between Client and Architect Abbreviated Version DOCUMENT SEVEN 2005 Edition ADAPTED FOR: Affix RAIC Authorization Seal Here

More information

RFP Request for Proposal Residential Painting Services

RFP Request for Proposal Residential Painting Services RFP 02-2014 Request for Proposal Residential Painting Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services for multi-family

More information

RFP # Request for Proposal Moving Services Contract

RFP # Request for Proposal Moving Services Contract RFP #15-2014 Request for Proposal Moving Services Contract Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services for multi-family

More information

EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6

EXHIBIT A RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 3. PLANNING AND ADMINISTRATION A-6 OF THE PROJECT 4. PRECONSTRUCTION PHASE A-7 5. PRE-BIDDING

More information

Replace Chiller System RFP 2018 Q&A

Replace Chiller System RFP 2018 Q&A Replace Chiller System RFP 2018 Q&A The Pre-Bid Meeting was held on November 6, 2018. The Pre-Bid Meeting Agenda is attached. The following are the questions received at the pre-bid meeting and via email.

More information

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between SHORT FORM STANDARD SUBCONTRACT This Agreement is made this day of, 20, between (Contractor) and (Subcontractor). The work described in Section I below shall be performed in accordance with the prime contract

More information

Real Estate Services For Neighborhood Stabilization Program 3

Real Estate Services For Neighborhood Stabilization Program 3 COUNTY OF YUBA REQUEST FOR PROPOSAL Real Estate Services For Neighborhood Stabilization Program 3 PROPOSAL DUE DATE: Monday, May 21, 2012, 5:00pm PST The County of Yuba wishes to retain professional real

More information

CONSULTANT S AGREEMENT

CONSULTANT S AGREEMENT CONSULTANT S AGREEMENT Project No.: This Agreement made as of XXXXX by and between the State University Construction Fund, having its principal office and place of business at The State University Plaza,

More information

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

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

More information

Re: Request for Quote (RFQ No. 0123) Piedmont Park Day Care Facility

Re: Request for Quote (RFQ No. 0123) Piedmont Park Day Care Facility Memorandum To: All Forsyth County Child Care Centers (Licensed) From: Clinton Thomas, Director of Procurement Phone: 336-917-6083 cthomas@haws.org Date: July 25, 2012 Re: Request for Quote (RFQ No. 0123)

More information

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave) COUNTY OF SAGINAW Request for Proposal Saginaw Spirit Locker Suite Renovations and Addition The DOW (303 Johnson Street, Saginaw) Pre-Proposal/Site Tour Tuesday, November 22, 2016 @ 10:00am The Dow-Lobby

More information

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina REQUEST FOR PROPOSALS (RFP) Marina Management Services Docktown Marina Date of Issue: Friday, October 2, 2015 Proposal Due Date: Wednesday, October 28, 2015 by 2:00 p.m. PST PROJECT OVERVIEW The City of

More information

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor) OREGON STATE UNIVERSITY CM/GC CONTRACT (Construction Manager/General Contractor) THE CONTRACT IS BETWEEN: OWNER: Oregon State University And CONSTRUCTION MANAGER/ GENERAL CONTRACTOR (referred to as Contractor

More information

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS PROJECT TITLE UNIVERSITY OF ILLINOIS THIS AGREEMENT, made and entered into in the City of, State of Illinois, as of the date of the last signature of the parties hereto by and between THE BOARD OF TRUSTEES

More information

GENERAL RENOVATION COST PLUS FIXED FEE THIS AGREEMENT, Made as of (Current Date), In the Year of (Current Year),

GENERAL RENOVATION COST PLUS FIXED FEE THIS AGREEMENT, Made as of (Current Date), In the Year of (Current Year), GENERAL RENOVATION COST PLUS FIXED FEE THIS AGREEMENT, Made as of (Current Date), In the Year of (Current Year), Between the Owner: Owner s Name Phone Number And the Contractor: For the Project: Contractor

More information

AIA Document B101 TM 2007

AIA Document B101 TM 2007 AIA Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AS MODIFIED BY OWNER AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

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

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

More information

Important Note: Indicate Company Name and RFP Title on the front of the sealed bid envelope.

Important Note: Indicate Company Name and RFP Title on the front of the sealed bid envelope. Request for Proposals (RFP): RPF Number 17-0731-0003 RFP Title: Electrical Line Crew for Normal and Emergency Restoration Work Issue Date: July 18,2017 Bid Due Date: July 25,2017 Bid Opening Date: July

More information

AIA Document A103 TM 2007

AIA Document A103 TM 2007 AIA Document A103 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is the Cost of the Work plus a fee without a Guaranteed Maximum Price AGREEMENT made as of the

More information

Insurance Claims Process

Insurance Claims Process Insurance Claims Process 1) File a claim with your insurance company. You can file a claim with your insurance company by calling your carrier s claim department. Often you can file your claim online by

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS Central Dispatch 911 Center Architectural Services ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Date: September 28, 2018 Project Representative: Elaine Richardson

More information

RFP REQUEST FOR PROPOSAL. for AUDIT SERVICES. for BOULDER HOUSING PARTNERS. April 5, 2017 Requested Return: May 1, 2017

RFP REQUEST FOR PROPOSAL. for AUDIT SERVICES. for BOULDER HOUSING PARTNERS. April 5, 2017 Requested Return: May 1, 2017 RFP 01-2017 REQUEST FOR PROPOSAL for AUDIT SERVICES for BOULDER HOUSING PARTNERS April 5, 2017 Requested Return: May 1, 2017 Boulder Housing Partners 4800 Broadway Boulder, Co. 80304 (720) 564-4610 Request

More information

SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP #

SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP # SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP # 02182019 TITLE: USING AGENCY: Steed Hall Greenhouse Renovations Sandhills Community College ISSUE DATE: February 18, 2019 ISSUING AGENCY: Sandhills

More information

Solar/ Renewable Energy - Alternative Power Source. Richmond, NH. Cheshire County Sheriff s Office. Request for Proposals

Solar/ Renewable Energy - Alternative Power Source. Richmond, NH. Cheshire County Sheriff s Office. Request for Proposals Solar/ Renewable Energy - Alternative Power Source Richmond, NH Cheshire County Sheriff s Office Request for Proposals The County of Cheshire (Sheriff s Office) is requesting a Letter of Intent, followed

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS 702 KAR 4:160 KENTUCKY DEPARTMENT OF EDUCATION REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT SERVICES School District: Project: Boyle County Boyle County Middle School RFP Date: June 20 30, 2016 CONTENTS

More information

St. Charles City County Library District

St. Charles City County Library District St. Charles City County Library District Removal & Replacement of Parking Lot Light Fixtures & Exterior Lights Part 2 77 Boone Hills Dr. St. Peters, Missouri 63376 Bids will be opened on Thursday, February

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

NUNAVUT HOUSING CORPORATION. Home Renovation Program (HRP)

NUNAVUT HOUSING CORPORATION. Home Renovation Program (HRP) NUNAVUT HOUSING CORPORATION Home Renovation (HRP) October 2014 Date October 201 TABLE OF CONTENTS OBJECTIVE... 1 SUMMARY... 1 ENABLING LEGISLATION... 1 ELIGIBLE CLIENTS... 1 PRIORITY OF APPLICANTS...

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS ARCHITECTURAL/ENGINEERING SERVICES Proposals Due by: Tuesday, April 5, 2016 at 10:00 AM Secaucus Housing Authority 700 County Avenue Secaucus, New Jersey 07094 201 867-2957 www.secaucusha.org

More information

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri INSTRUCTIONS TO BIDDERS Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri 1. Sealed Bids for Water Line Replacement in the Area of Gillis Street from Hines to Lydia

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS

More information

COMMERCIAL REHABILITATION LOAN PROGRAM

COMMERCIAL REHABILITATION LOAN PROGRAM COMMERCIAL REHABILITATION LOAN PROGRAM The purpose of this program is to provide low interest financial assistance to commercial/retail businesses to stimulate private investment, increase the property

More information

NUMBER Request for Quotations. Department of Natural Resources. VENDOR: Name: Address: Phone #: Address: Contact Name: Contact Vendor #:

NUMBER Request for Quotations. Department of Natural Resources. VENDOR: Name: Address: Phone #:  Address: Contact Name: Contact   Vendor #: NUMBER Request for Quotations RFQ 10 170007328-4 Department of Natural Resources DATE OF ISSUE April 26, 2017 TITLE OF SOLICITATION: DEADLINE FOR RESPONSES: Placer Overflight Inspections - Fixed Wing Charter

More information

City of Federal Way REQUEST FOR PROPOSAL SACAJAWEA SEWER LIFT STATION OVERHAUL

City of Federal Way REQUEST FOR PROPOSAL SACAJAWEA SEWER LIFT STATION OVERHAUL City of Federal Way REQUEST FOR PROPOSAL SACAJAWEA SEWER LIFT STATION OVERHAUL I. PURPOSE OF REQUEST. The City of Federal Way ( City ) is requesting proposals for the purpose of sewer lift station overhaul.

More information

{Company.Name} {ToContact.DisplayAddress} {Projects.Name}

{Company.Name} {ToContact.DisplayAddress} {Projects.Name} ARCHITECT/ENGINEER AGREEMENT This Architect/Engineer Agreement ( Agreement or Contract ) is entered into effective as of day of, 2014 ( Effective Date ), by and between the Houston Independent School District,

More information

Washington University in St. Louis

Washington University in St. Louis Washington University in St. Louis Construction Terms and Conditions A. AGREEMENT. The Purchase Order, these Terms and Conditions, any special conditions, Owner s Policies, Design Standards and Insurance

More information

AIA Document A201 TM 2007

AIA Document A201 TM 2007 AIA Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) Pre-Construction and Construction Management at Risk Services Lafayette

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

Request for Proposals: Fire Suppression Control Panel Installation and Integration. Fire Suppression Control Panel Installation and Integration

Request for Proposals: Fire Suppression Control Panel Installation and Integration. Fire Suppression Control Panel Installation and Integration Port of Astoria Request for Proposals: Fire Suppression Control Panel Installation and Integration RFP 2018-01 The Port of Astoria, identified hereafter as Port, is requesting bid proposals from companies

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

More information

REQUEST FOR PROPOSAL (RFP) PRE-DEMOLITION ASBESTOS SURVEY. Lamar County High School

REQUEST FOR PROPOSAL (RFP) PRE-DEMOLITION ASBESTOS SURVEY. Lamar County High School REQUEST FOR PROPOSAL (RFP) PRE-DEMOLITION ASBESTOS SURVEY for the Lamar County High School June 19, 2017 1) Introduction: a. Background Information: i. The location is the current site of Lamar County

More information

Bonner Springs Housing Authority Request for Proposals Turnover Painting Services

Bonner Springs Housing Authority Request for Proposals Turnover Painting Services Bonner Springs Housing Authority Request for Proposals Turnover Painting Services The Bonner Springs Housing Authority (BSHA) will accept Request for Proposals (RFP) for turnover painting services to assist

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES. April 18, 2006

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES. April 18, 2006 REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES April 18, 2006 Sealed Statement of Qualification documents must be received no later than Noon on Monday, May 1, 2006, at the

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

Proposal packets are available online at or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA

Proposal packets are available online at   or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA REQUEST FOR PROPOSALS HVAC IMPROVEMENT PROJECT Sealed Proposals for the removal and replacement of the existing HVAC system at the Snohomish Health District to be completed by July 22, 2019 must be mailed

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

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

More information

construction plans must be approved for construction by the City PBZ department.

construction plans must be approved for construction by the City PBZ department. City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00

More information

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2. IMPORTANT PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR SEALED BID REQ. NO. 3000000603 DATE: 2/28/07 (PUBLIC OPENING) Bids must be returned on or before 10:00 a.m., Wednesday,

More information

Document A South Carolina Division of Procurement Services, Office of the State Engineer Version of

Document A South Carolina Division of Procurement Services, Office of the State Engineer Version of South Carolina Division of Procurement Services, Office of the State Engineer Version of Document A201 2007 General Conditions of the Contract for Construction This version of AIA Document A201 2007 is

More information