TO: Members of the Board of Education Revised APPENDIX NNN-9-20 March 26, 2012 FROM: Rick L. Hopke, P.E., Assistant Director, Building Services

Size: px
Start display at page:

Download "TO: Members of the Board of Education Revised APPENDIX NNN-9-20 March 26, 2012 FROM: Rick L. Hopke, P.E., Assistant Director, Building Services"

Transcription

1 TO: Members of the Board of Education Revised APPENDIX NNN-9-20 March 26, 2012 FROM: Rick L. Hopke, P.E., Assistant Director, Building Services DATE: March 14, 2012 SUBJECT: Electrical Panel Replacement West High School 1. Project Title: Electrical Panel Replacement - West High School 2. Project Description: Replace existing electrical panels that are original to the building with new. 3. Analysis: Replace16 electrical panels and correct 8 electrical panels rated with a grade of "D" with 1 year remaining life per recommendations of the Durrant study. Building Services will be the construction manager and as such, will direct purchase materials and coordinate in-house staff and contracted labor. 4. Applicable Board Policies: Policy 5000 & Notices/Invites : REQUEST FOR BIDS MADISON METROPOLITAN SCHOOL DISTRICT West High School - Panel Replacement Request for Bids for renovation work install electrical panel chases at West High School will received by the Madison Metropolitan School District - Building Services Department, 4711 Pflaum Road, Madison, WI until 2:00 PM, Local Time, on Wednesday, March 7, All responsive bids received will be opened publicly and read aloud. Project documents will be available beginning Thursday, March 1, Madison Metropolitan School District Erik Kass Secretary - Board of Education 6. Vendors Receiving RFP: a) Panel Chases i) Company: Bachmann Construction (1) Address: 1201 South Stoughton Road, Madison WI (2) Phone: (3) Fax: ii) Company: Daniels Construction (1) Address: 919 Applegate Road Madison WI (2) Phone: (3) Fax: iii) Miron Construction

2 (1) 1471 McMahon Dr., Neena, WI (2) Phone: (3) Fax: b) Electrical Panels, Conduit, Wires, and Miscellaneous items i) Graybar c) Special Panel Back Boxes and Covers i) General Heating and Air Conditioning, Inc. d) Miscellaneous anchors, supports, screws, bolts, etc i) LaForce Inc. e) Labor for bending and Installation of conduit between panels i) Westphal and Company 7. Bids Respondents: a. Electrical Panel Chases i. Bachmann Construction No Bid ii. Joe Daniels Construction Co., Inc. - $43,000 iii. Miron Construction Co., Inc. - $35,000 b. Electrical Panels, Conduit, Wire, and Miscellaneous items i. Graybar -$21, Pricing base on US Communities Program Master Agreement No. MA-IS c. Special Panel Back Boxes and Covers i. General Heating and Air Conditioning, Inc. - $1,449 d. Miscellaneous anchors and hardware i. LaForce, Inc. - $3,000 e. Labor for installation of conduit between panels i. Westphal & Company - $9, Pricing is based on UW-Madison cooperative purchasing per Contract No (Copy of Contract is enclosed). 8. Estimate: $80, Previous Fiscal Year Expenditures: N/A 10. Funding Source: Capital Improvement Funds 11. Project Schedule: Work is scheduled for Summer Break Requisition Numbers: a. Miron Construction Co., Inc b. Graybar 6333 c. General Heating and Air Conditioning, Inc d. LaForce, Inc e. Westphal & Company Contract Compliance: Yes

3 14. Recommendation: It is recommended to approve the implementation of electrical panel replacement at West High School in the amount of $69,994 with funding from Capital Improvement funds (General Fund 10). Enclosure: UW Cooperative Agreement No Electrical Services Including Repair and Maintenance.

4 ELECTRICIAN SERVICES INCLUDING REPAIR AND MAINTENANCE (contract last updated 02/18/2011) SCOPE: This Contract is for Electrician services including electrical repair and maintenance work as needed by the University. Single jobs shall not exceed $25, This work falls under the definition of limited trades work as defined in Wis. Stats. Ch (7). This work may be of an emergency nature and therefore the Contractor must have the ability to respond to University calls at any time and respond on site within two hours if the emergency requires. All work must be performed in accordance with the State of Wisconsin, Department of Administration (DOA), Division of Facilities Development (DFD), Master Specifications, Division 26 Electrical. CONTRACT # DESCRIPTION ELECTRICIAN SERVICES INCLUDING REPAIR AND MAINTENANCE CONTRACT ORIGIN: ADDITIONAL INFORMATION: UW- Madison Purchasing Services 21 N Park St, Ste 6101 Madison, WI UW-Madison users contact: Vint Quamme (608) FAX (608) vquamme@bussvc.wisc.edu Non-UW-Madison users contact: Vendor Representative ELIGIBLE PURCHASERS FOR THIS SPECIAL APPROVALS CONTRACT: UW Madison Departments Authorized to Write Orders: Physical Plant; University Housing; and Memorial Union. SPECIAL APPROVALS CONTRACT: Other UW Madison Departments: See PPP 4 -- Special for instructions. Other UW Campus/State Agencies/Municipalities: Non-restricted. CONTRACT LIMITATIONS: This contract is limited so no single job shall have a total cost, including all parts and labor, greater than $25, Where releases are given, each release defines the scope of a job; one release per job. Material costs shall not exceed 50% of the total labor cost of the job (if the total job is over $1,000.00) without the approval of Purchasing.

5 No capital equipment shall be purchased on this contract. A capital equipment item is currently defined as an item which costs more than $5, AND has a useful life of more than one year. Maintenance, Repair and Replacement: Single jobs shall not exceed a total cost of $25, Work falls under the definition of limited trades work as defined in Wis. Stats. Ch (7). Materials: Cost of materials for a single job shall not exceed 50% of the total labor cost of the job (if the total job is over $5, without the prior approval of Purchasing. Where releases are given, each release defines the scope of a job; one release per job. Equipment: No equipment shall be purchased against this Contract. Tools: Contractor shall not invoice the University for any tools needed to perform work under this Contract. COOPERATIVE PURCHASING: YES. Additional charges may be added to any non-uw- Madison entity. CONTRACT TERM: April 1, 2009 through March 31, 2010, with automatic renewal extensions to March 31, 2012, unless amended, cancelled or rebid. (MBE) = Minority Business Enterprises Vendor(s) Westphal & Co. 14 Marsh Court Madison, WI Sales Representative: PHONE # FAX # John Desens jdesens@westphalec.com PHONE # FAX # Ordering/Expediting: Invoice Information: Returns: Supplier Diversity Reporting: Website: Commodity Code Federal Employee ID # (FEIN) F.O.B. I All services provided on University property and all materials shall be F.O.B. Job site, freight paid by Contractor. V F.O.B. SERVICE/MAINTENANCE Terms: N/30 Invoicing: SEE BELOW Warranty: All workmanship and materials for a period of two years from date of completion as established by date of final approval by the Ordering Department or payment of final invoice, whichever is later. The Contractor shall, at no cost to the University, provide labor and materials necessary to correct any defects found during the warranty period. Orders: , Fax, Internet, Phone HOURLY RATES: Journeyworker Electrician, Regular Time

6 $66.70/hour Apprentice Electrician, Regular Time $27.21/hour Equipment rental markup 0% Cabeling Voice/Data/Video (added 7/21/10) Cabeling Voice/Data/Video (added 7/21/10) $55.00/hr Invoicing Requirements: 1. The University must meet a statutory mandate to pay or reject invoices within 30 days of receipt by University Accounts Payable. Before payment is made, it also must verify that all invoiced charges are correct as per this Contract. Only properly submitted invoices will be officially processed for payment. Prompt payment requires that your invoices be clear and complete in conformity with the instructions below. All invoices must be itemized showing: Contractor name and remit to address. purchase order number. release number, if given. complete service description including building name (or street address of location of work). Day/date of service. Location of service (street address, building name, department name, etc.). List of workers, by classification, number of hours worked and hourly rate. prices per the Contract, itemized so that the service and cost of the service can be identified by an auditor. as being a part of this Contract. attachments required for time and material service. Equipment rental charges and markup (if applicable). Copy of subcontractor s invoice (if applicable). NOTE: no markup allowed. 2. The original invoice and two copies must be sent to University Accounts Payable, 21 N Park St, Suite 5301, Madison, WI unless the customer identifies and establishes a different bill-to location. 3. Invoices for Purchasing Card: Orders placed by the University using a purchasing card must reflect current Contract pricing. All invoices submitted shall contain the same itemization and attachments. 4. An information copy of invoice, with required attachments, must be sent to the Ordering Department contact person who places orders against this Contract, if requested. That person is not located at 21 N Park St, Suite 5301, Madison, WI The Contractor must determine the proper mailing address for the information copy. This information will be available on the Purchase Order document, the contract blanket order or at the time a purchasing card order is placed.

7 5. Contractor must submit invoices on a per job basis or as mutually agreeable with the person placing the order. Where releases are given, each release defines the scope of the job; one release per job. 6. If service is provided on a time and material job estimate, Contractor shall provide an itemized invoice showing a breakdown of charges including type of service, hours worked, hourly rates and material purchases. Invoices shall not exceed the time and material estimate amount unless prior written approval has been granted by the Ordering Department. For specific orders, any change to the scope of the job that results in a change to the time and material estimate must be in the form of an official written change order. The following shall be included with the original and all copies of the invoice: Labor: A list of all workers on the job. List shall include for each Journeyworker Electrician and Apprentice Electrician their full name, classification, date of work, number of hours worked on the job and hourly rate. If overtime charges were preapproved by Ordering Department, Contractor s overtime rates invoiced shall not exceed a maximum of 150% (time and ½ ) of the single hourly rate identified on the Contract publication. Materials: An itemized list of materials used for the job and their net unit and total prices. Net unit prices for all materials listed should include the sales tax paid for that material. Contractor s sales tax must not be shown as a separate line item on its materials itemization. Material costs shall not exceed the price shown in the lowest price column in the Monitor Book published by the Trade Service Corporation or the Means CostWorks Electrical Cost Data (most current year) published by the R. S. Means Corporation. If requested, the Contractor must provide the applicable page, from either publication listed above, supporting the material charges listed on the invoice. Equipment Rental: A list of equipment rented, a copy of the Contractor-paid equipment rental invoice shall accompany the Contractor's invoice and prices billed shall not exceed the most current Tool and Equipment Rental Schedule as published by the National Electrical Contractors Association (NECA). Contractor s invoice shall show Contractorpaid rental cost plus quoted percent markup. Invoices submitted without this information will be returned for entry of the missing information and will not be paid until properly completed. If service is provided as the result of an firm quote (not to exceed the quoted amount) Contractor may invoice the firm quote amount without further itemization. Invoices shall not exceed the firm quote amount unless prior written approval has been granted by the Ordering Department. For specific orders, any change to the scope of the job that results in a change to the firm quote must be in the form of an official written change order. Costs for pre-approved subcontracting shall be shown on the invoice as a pass through cost without markup or additional charges. A copy of the subcontractor's invoice shall accompany the Contractor's invoice. Contractor must agree that all invoices will reflect the prices established for the services on this Contract for all orders placed by the University even though the Contract number and/or correct prices may not be referenced on each order.

8 SERVICES TO BE PROVIDED: Electrician Services Including Electrical Installation, Repairs and Maintenance as described below with the following limitations: 1. Contract Limitations: This contract is limited so no single job shall have a total cost, including all parts and labor, greater than $25, Where releases are given, each release defines the scope of a job; one release per job. Material costs shall not exceed 50% of the total labor cost of the job (if the total job is over $1,000.00) without the approval of Purchasing. No capital equipment shall be purchased on this contract. A capital equipment item is currently defined as an item which costs more than $5, AND has a useful life of more than one year. Maintenance, Repair and Replacement: Single jobs shall not exceed a total cost of $25, Work falls under the definition of limited trades work as defined in Wis. Stats. Ch (7). Materials: Cost of materials for a single job shall not exceed 50% of the total labor cost of the job (if the total job is over $5, without the prior approval of Purchasing. Where releases are given, each release defines the scope of a job; one release per job. Equipment: No equipment shall be purchased against this Contract. Tools: Contractor shall not invoice the University for any tools needed to perform work under this Contract. 2. Compliance With Laws: Contractor shall comply with all applicable federal, state and local laws and codes regarding working conditions, hours of employment, overtime regulations, methods and rates of pay and any other regulations regarding employer-employee relationships 3. Post Award Meeting: The Contractor must attend a Post Award Meeting conducted at a time and place designated by Purchasing, if required, and/or Owner Representative(s). All parties in the Contractor s organization having a supervisory or managerial role in this contract for electrical services including the repair and maintenance shall be in attendance. At this meeting the Contractor shall be prepared to discuss and provide detailed information concerning, but not limited to, the following: Contract Use and Limitations. Regular and Overtime Wage Conditions and Rates. Ordering Work: Estimates. Prior Notification of Work Start. Access to Facilities. Performance. Emergency work. Removing and disposing of waste materials. Completion of Work/Cleanup and returning the work site to original conditions. Delivery of materials to Job Site. Invoicing. Subcontracting. Parking.

9 4. Regular Hourly Wage Rates: Only actual hours worked (no minimum billings allowed and portal to portal charges not allowed) of any producing Journeyworker Electrician and Apprentice Electrician engaged in services on the jobs shall be considered in computing the labor hours. Time of nonproductive workers shall not be included in computing the labor hours. 5. Overtime Hourly Wage Rates: Overtime rates shall be billed only if prior approval from the Ordering Department was granted. 6. Ordering Work: Contractor shall proceed with work only when directed or authorized by receipt of a purchase order or a release number against an existing Contract Blanket Order. The Contractor shall provide upon request a written time and material job estimate or firm quote,at no cost to the University, within five (5) days from the site visit or verbal request. If the Ordering Department requests service on a time and materials job estimate basis, the service will be provided by the awarded low bidder (primary Contractor) if it can meet the delivery requirements. The secondary Contractor may be contacted to provide the service if the primary Contractor cannot meet the delivery requirements. If the Ordering Department requests service on a firm quote basis, not to exceed the firm quote amount, the Ordering Department may obtain a firm quote from both the primary and secondary awarded Contractor(s) based on furnished specifications. Emergency Work: Work may be of an emergency nature and therefore the Contractor must have the ability to respond to University calls 24 hours a day, seven days a week and must respond verbally to Ordering Department to discuss an emergency problem or critical service need. If requested by Ordering Department the Contractor must be prepared to place their Journeyworker Electricians and Apprentice Electricians on the job site within two hours or as mutually agreed upon between Ordering Department and Contractor. 7. Prior Notification of Work Start: All University Buildings: For all jobs, regardless of Ordering Department, the Contractor shall notify Physical Plant s Central Answering and Response Services (CARS), at , DAILY prior to starting work in ANY University building and advise of actual physical location (address, building name, room number, etc.) within that building. Contractor may presume that job site entry is permitted as soon as phone notice is given; no affirmative response by Physical Plant will be made. University Housing Buildings:

10 In addition to notification required above, the Contractor must notify the appropriate University Housing s physical facilities offices a minimum of 48 hours prior to start of work for access to all University Housing buildings or residence halls. It is a University Housing Policy to notify its residents 24 hours prior to any work being performed. The University Housing Representative will then give the Contractor instructions on how to gain access to the building or outside area where work needs to be done. NO work is permitted prior to 9:00 a.m. within residence halls unless previous arrangements have been made. All work must come to an end and all keys must be turned back into the office prior to 4:30 p.m. each work day, unless previous arrangements have been made. The list of University Housing contacts will be provided to the Contractor upon Contract award. This list will include phone, fax number and address for contacts for each residence hall, food service and family residential areas. All Other University Buildings (Other than University Housing): In addition to notification required above, the Contractor must notify the appropriate University representative s offices a minimum of 48 hours prior to start of work. All work must come to an end and all keys must be turned back into the office prior to 4:30 p.m. each work day, unless previous arrangements have been made. The Ordering Department will provide the Contractor with the appropriate University Building Contact upon order placement. 8. Access To Facilities: Contractor shall make arrangements with the Ordering Department for access to University facilities. The University will provide Contractor with keys required for access to service areas. NO BUILDING KEYS MAY BE COPIED. All keys shall remain in the building at all times and must be returned at the end of each day of the job unless previous arrangements have been made. Contractor's employees shall not admit anyone (except other Contractor employees) to areas controlled by a key in their possession. If keys are lost, Contractor shall reimburse the University for the cost of replacement keys, cores and labor. This means that Contractor s replacement cost for lost master keys in some buildings could result in replacement costs of $12, or more. 9. Reporting to Job Site: Employee Identification: All Contractor s employees shall, while performing work on University premises, wear a clearly displayed (at shirt pocket height) photo identification badge, provided by the Contractor at the Contractor s expense, showing they are employees of the Contractor.

11 When a job start date and time has been determined with the Contractor, the Contractor shall be on the job site with adequate tools, be mobilized and ready to perform work at the agreed upon time and date immediately upon arrival. Prior to the beginning of any individual job, the Contractor representative(s) shall make their presence known to the Building Contact as well as meeting the requirements outlined. Upon request, the Contractor must notify the Building Contact or Ordering Department Contact each day when the Contractor s staff arrives and departs. 10. Performance: Work Standards: Contractor shall provide all materials and Journeyworker Electrician and Apprentice Electricians shall perform all work in compliance with: The State of Wisconsin, Department of Administration (DOA), Division of Facilities Development (DFD) Master Specifications, Division 26 Electrical. For more information, refer to the DFD website: The Wisconsin State Electrical Code Volumes 1 and 2, The National Electrical Code (American National Standards Institute/National Fire Protection Association) (ANSI/NFPA 70), Other applicable National Fire Protection Association codes The National Electrical Safety Code, and Present manufacturing standards including the National Electrical Manufacturers Association (NEMA). Contractor shall have under their employ at all times at least one employee who holds (and maintains) a State of Wisconsin Master Electrician Certificate. Contractors Journeyworker Electrician and Apprentice Electricians shall perform their work under the direction of a State of Wisconsin Certified Master Electrician. Contractor shall have in its employ, or under its control, sufficient qualified and competent Journeyworker Electricians and Apprentice Electricians who will install complete systems, pull wire, install fiber optic and coaxial cable, terminate voice and data cabling with University supplied connectors, install electrical boxes and electric service to work areas, troubleshoot electrical failures in equipment and systems, and perform other work as required.

12 The Contractor shall employ only such workers as are skilled in the tasks to which they are assigned. The University reserves the right to require the Contractor to remove and/or not to assign any employee including Journeyworker Electricians and Apprentice Electricians the University deems incompetent, careless, insubordinate, or otherwise objectionable to working on University jobs. Contractor shall perform work in University buildings and outside areas as directed, and shall perform work promptly and in accordance with a schedule or work program, as approved by the Owner Representative. Contractors shall provide, at Contractor s expense, all tools of the trade and equipment necessary to perform the work to University specifications. Contractor shall ensure that a minimum of one Journeyworker Electrician is on the work site at all times to oversee work. Contractor shall maintain a daily time sheet and material list for every job. Contractor shall ensure that all installations shall be concealed or surface mounted and be consistent with existing conditions. Any variations of these conditions must be approved by Owner Representative prior to the work being started. Sealing and Firestopping: The Contractor shall be responsible for all sealing and firestopping of sleeves and openings between conduits, cable trays, wireways, troughs, cablebus, busduct, etc., and structural or partition opening. The Contractor shall use products that have a rating of not less than the rating of the wall or floor that was penetrated. Contractor shall use any combination of materials necessary to provide a UL listed system for each firestopping system required under this Contract. Contractor shall only use workers skilled in such work to do the sealing and firestopping. Sealant used must be of a material that can be painted where applicable. If required, Contractor shall move equipment and/or furniture to perform work. Contractor shall provide data, voice, fiber optic and coaxial cabling test results to meet Electronic Industries Association/Telecommunications Industry Association standards and standards set in the Telecommunications Guidelines for Structured Building Wiring Systems, (State of Wisconsin-DOA/DFD guidelines). Any equipment, tools or materials owned by the Contractor left on the job site are the Contractors responsibility. The University does not take any responsibility for these items and their safety. 11. Subcontracting:

13 Any Contract resulting from this bid shall not be, in whole or in part, subcontracted, assigned, or otherwise transferred to any other Contractor without prior written approval by Purchasing. The Contractor shall be directly responsible for any subcontractor's performance and work quality when used by the Contractor to carry out the scope of the job Subcontractors must abide by all terms and conditions under this Contract. Costs for subcontracted work are to be shown on the invoice as only pass through costs without additional markup charges 12. Removal of Debris and Hazardous Waste: The Contractor shall clean up and remove all non-hazardous debris from the job site, on a daily basis, and dispose of all debris at a State of Wisconsin licensed solid waste landfill. The Contractor shall not leave debris on University property, in University dumpsters, or in any non-contractor owned dumpster. The contractor shall not incinerate debris, and/or dump waste by/in the street or road. If debris could be identified as hazardous waste, Contractor must contact THE UNIVERSITY S Safety Department at for proper hazardous waste disposal procedures. No item, material or components shall be salvaged by the Contractor or any party. 13. Site Restoration: The Contractor shall restore job site to original condition to the satisfaction of the Owner Representative. Contractor shall repair all surfaces, such as wall patching and painting, when required. The Contractor shall repair all damage to new and existing equipment resulting from its work. When the job is complete, the Contractor shall remove all tools, excess material and equipment, etc., from the site. 14. Completion of Work: Contractor shall notify the Ordering Department and Owner Representative when work is completed and they are vacating job site. The Ordering Department or an authorized person located at the job site, must sign the work order as an acknowledgment that the work and site restoration has been completed. After the completion of a job, the Contractor shall leave a work order, which shows the purchase order number and release number, if given, for that job with the Ordering Department or any person authorized by the Ordering Department. When no authorized person is immediately available to sign the work order, the Contractor shall submit the work order to its own office which will forward it to the Ordering Department.

14 15. Warranty: Contractor shall warranty all workmanship and materials for a period of two years from date of completion as established by date of final approval by the Ordering Department or payment of final invoice, whichever is later. The Contractor shall, at no cost to the University, provide labor and materials necessary to correct any defects found during the warranty period. 16. In the event of a major catastrophic emergency, Contractor must be able to provide the University with items/services on this bid. 17. Department of Information Technology (DOIT) Specific Requirements: In the event that University Owned fiber optic or other cable is damaged or cut at campus locations, University will contact Contractor to provide Emergency Services. Per contract terms, emergency services will require a site visit by Contractor within 2 hours of initial contact to determine the nature and extent of the damage to the cable. Once the damage is determined, Contractor will have 24 hours to complete a temporary repair to the cable. This will include, at a minimum, the installation of mechanical splices with waterproof splice cases, testing, and labeling. Contractor will provide test results to the University within three days after the temporary repair is completed. The University will then have seven days to accept or reject the results. If the University does not respond to Contractor within seven days, the work will be deemed acceptable. Contractor will then have 30 days to return to complete a permanent repair which will include fusion splicing and permanent replacement of waterproof casing or housing. The same testing and labeling procedures as listed for the temporary repair will also apply to the permanent repair. Contractor will bill Contract rates for all work done under the terms of this amendment In the event that conditions do not allow for the completion of the Permanent repair within the 30 day time frame, (i.e. Force Majeure, extreme weather conditions), University will work with Contractor to determine a reasonable timeframe to complete the work in a safe and high quality manner. Testing will be completed by Contractor. Acceptance of the completed work will be done by University. The telephone numbers and addresses of the department point-of-contact individuals (and the alternate points-of-contact) will be provided to Contractor. Contractor will also provide the telephone number of their on-site supervisor to the University points-of-contact. University will prepare and make available an Emergency Repair Kit that will contain necessary cabling and splicing materials that can be used for the emergency repairs anticipated in this amendment. Additional information regarding placement or storage of this kit will be worked out between University staff and Contractors personnel. This kit will be University owned and as inventory is used, University will be responsible for replacing and replenishing the kit. Aerial Span Restorals are not part of this amendment.

15 Purchase Orders for this emergency service work to be performed will be prepared by University. Any third party insurance claims for damage to University property will be pursued by University and will not be Contractors responsibility. 18. Employee Identification: All Contractor s employees, while working on University property, must wear a clearly displayed photo identification badge or uniform showing name of employee and/or company represented. Any identification must be provided by the Contractor at the Contractor s cost. Badges must be available but will not be required to be worn when protective clothing and respiratory protection is required. 19. Cables: Any alternate product bid must be compatible with an capable of being interfaced with identical cables and connectors used with the specified equipment with no additional expense to the University to make the alternate product compatible with existing equipment. 20. Environmentally Friendly ( Green ) Product: Contractors are encouraged to identify products that are made of recycled products, that use environmentally friendly production methods, or that can be recycled at the end of their service life. The UW will make every effort to purchase Green products wherever feasible or possible based on individual project needs and funding available.

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

More information

Holt Public School District 5780 W. Holt Rd Holt MI

Holt Public School District 5780 W. Holt Rd Holt MI Holt Public School District 5780 W. Holt Rd Holt MI 48842-1197 1.1 is requesting bids to replace their existing Cisco VoIP and integrated voice messaging system with an updated Cisco solution including

More information

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU # VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Please Note Vendors must Pre-qualify themselves when responding to this bid opportunity. Our Prequalification questions can be found on page

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

BID PACKAGE LEGAL NOTICE - BIDS WANTED. Water Well and Pump Related Maintenance and Repair Services GENERAL INFORMATION AND INSTRUCTION

BID PACKAGE LEGAL NOTICE - BIDS WANTED. Water Well and Pump Related Maintenance and Repair Services GENERAL INFORMATION AND INSTRUCTION BID PACKAGE CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 (310) 285-2440 LEGAL NOTICE - BIDS WANTED Water Well and Pump Related Maintenance and Repair

More information

Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM

Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM HUNTINGDON AREA SCHOOL DISTRICT REQUEST FOR PROPOSAL High School Camera Issue Date: April 18th, 2016 Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM 1.0 INTRODUCTION The Huntingdon

More information

City of Corpus Christi Housing and Community Development

City of Corpus Christi Housing and Community Development City of Corpus Christi Housing and Community Development General Contractors, Roofing Contractors, Plumbing Contractors, Electrical Contractors, HVAC Contractors, General Repair Contractors, Demolition

More information

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES SCOPE OF WORK This contract is executed between JEA and the Contractor to perform services including, but not limited to: labor, supervision, materials, tools and equipment, as necessary to perform plumbing

More information

Houston County School District Houston County High School Lunchroom Kitchen A/C Request for Proposal (RFP)

Houston County School District Houston County High School Lunchroom Kitchen A/C Request for Proposal (RFP) Houston County School District Houston County High School Lunchroom Kitchen A/C Request for Proposal (RFP) Bid Opening Date & Time: Thursday August 2, 2018 10:00am (Central Time) I. MISCELLANEOUS A. The

More information

REQUEST FOR QUOTATION EVENTS TENT RFQ # 04 ( )

REQUEST FOR QUOTATION EVENTS TENT RFQ # 04 ( ) REQUEST FOR QUOTATION EVENTS TENT RFQ # 04 (2013-02) The Toronto Zoo invites qualified suppliers to submit a quotation for the rental or purchase of one (1) events tent for the period 2013-05-01 to 2013-10-31.

More information

SPECIFICATION NO. TxDOT DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE

SPECIFICATION NO. TxDOT DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE SPECIFICATION NO. TxDOT 910-00-00 DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This

More information

Our mission is to procure supplies and services for our customers at the best value utilizing innovative supply-chain practices and technology.

Our mission is to procure supplies and services for our customers at the best value utilizing innovative supply-chain practices and technology. Supplier Guide Purpose Mission Statement How to Reach Us Sales Visits Office Hours Location Supplier Registration How the Procurement Process Works Purchasing Methods Quotations Bids Request for Proposals

More information

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730 HDC112 Housing Development Corporation of Rock Hill Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730 MANDATORY PRE-BID MEETING: September 5, 2017, at 10:30 a.m. The Housing Development

More information

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1 TELEPHONE: 620/694-1970 OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO. 15-149 ADDENDUM NO. 1 July 22, 2015 TO ALL PROSPECTIVE BIDDERS: The Bid Documents for the Bid 15-149, are hereby amended

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

Cypress-Fairbanks Independent School District

Cypress-Fairbanks Independent School District Cypress-Fairbanks Independent School District Bid Information Contact Information Ship to Information Bid Owner Olivia Ledesma - Bid Coordinator Address 12510 Windfern Rd. Address Various Campuses Email

More information

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207) Page 1 of 9 Bid #10-18 Sealed bids for purchase of a replacement Sound System for the South Portland High School Auditorium, for the City of South Portland, Maine, as specified below, in the Specifications

More information

4. The Division shall receive tenders at a location specified by the Secretary-Treasurer up to the time and date specified on the tender documents.

4. The Division shall receive tenders at a location specified by the Secretary-Treasurer up to the time and date specified on the tender documents. Administrative Procedure 515 FACILITIES AND MAINTENANCE TENDERING Background Golden Hills School Division believes in purchasing goods and services at competitive prices, treating suppliers fairly and

More information

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

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials,

More information

REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN

REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN 1. Introduction The City of Jonesville, Michigan (City) is soliciting proposals from qualified contractors for the provision

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

REQUEST FOR PROPOSAL(S) FOR THE CITY OF MT. JULIET, TN

REQUEST FOR PROPOSAL(S) FOR THE CITY OF MT. JULIET, TN REQUEST FOR PROPOSAL(S) FOR THE CITY OF MT. JULIET, TN Request for Proposal for Pickle Ball Court Fencing Issued By: City of Mt. Juliet, TN 2365 N. Mt. Juliet Rd. (615) 754-2554 Date of Issue: April 17,

More information

T E N D E R Tender # T Washroom Upgrades Carnegie Building

T E N D E R Tender # T Washroom Upgrades Carnegie Building T E N D E R Tender # 2010-085102T Washroom Upgrades Carnegie Building Sealed tenders addressed to the Purchasing Agent, c/o Materials and Fleet Management, 2 nd Floor, 175 Rothesay Avenue, P.O. Box 1971,

More information

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN

More information

WARE COUNTY FACILITIES COORDINATOR

WARE COUNTY FACILITIES COORDINATOR WARE COUNTY FACILITIES COORDINATOR 800 Church Street, Suite 218, Waycross, GA 31501 Phone: (912) 287-4480 Cellular: (912) 281-0215 Fax: (912) 287-4482 Email: clarke@warecounty.com REQUEST FOR BIDS GENERATOR

More information

Bid No /4 Release Date: August 16, Houston County School District Wicksburg High School Lunch Room A/C Request for Proposal (RFP)

Bid No /4 Release Date: August 16, Houston County School District Wicksburg High School Lunch Room A/C Request for Proposal (RFP) Houston County School District Wicksburg High School Lunch Room A/C Request for Proposal (RFP) Bid Opening Date & Time: Thursday August 24, 2017 9:30am (Central Time) I. MISCELLANEOUS A. The Houston County

More information

LAFAYETTE, LOUISIANA, AS SHOWN ON THESE SPECIFICATIONS...

LAFAYETTE, LOUISIANA, AS SHOWN ON THESE SPECIFICATIONS... DEPARTMENT: Physical Plant/Campus REQUISITION NO. M FURNISH ALL LABOR, MATERIALS, EQUIPMENT, TRANSPORTATION, SUPERVISION, PERMITS, ETC. NECESSARY TO, LOCATED ON THE CAMPUS OF THE UNIVERSITY OF LOUISIANA

More information

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850. 922.6149 Rick Scott, Governor Craig J. Nichols, Agency Secretary ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE

More information

Early Learning Coalition of Duval Cypress Plaza Drive, Suite 201, Jacksonville, FL

Early Learning Coalition of Duval Cypress Plaza Drive, Suite 201, Jacksonville, FL Invitation to Negotiate for Office Workstations ITN Number: ITN-1718-01 8301 Cypress Plaza Drive, Suite 201 Jacksonville, FL 32256 http://www.elcduval.org The ( ELC ), a Florida not-for-profit organization

More information

Request for Quotation Page One

Request for Quotation Page One Request for Quotation Page One THIS IS NOT AN ORDER Purchasing Department 1600 Hampton Street, Suite 606 Columbia, SC 29208 (803) 777-4115 Quotation must be received no later than: 5:00 PM Send Quotation

More information

Informal Solicitation #STEM_FURNITURE Fermob

Informal Solicitation #STEM_FURNITURE Fermob Informal Solicitation #STEM_FURNITURE Fermob was submitted for quotations on pre-negotiated state or cooperative contracts. Vendors were not able to purchase Fermob on such contracts. Vendors submitted

More information

PRODIGY. CONTRACTING GROUP INC. CommerCial residential industrial

PRODIGY. CONTRACTING GROUP INC. CommerCial residential industrial Dear Subcontractor; Please find enclosed our Subcontractor Insurance/Hold Harmless agreement and Master Agreement for your signature and return. It is the company s policy and our insurance program s requirement

More information

City of Anderson Community Development Department 601 South Main Street, SC Phone (864) Fax (864)

City of Anderson Community Development Department 601 South Main Street, SC Phone (864) Fax (864) City of Anderson Community Development Department 601 South Main Street, SC 29624 Phone (864) 231-2223 - Fax (864) 231-7627 Request for Proposal for Cost Estimating for Demolitions NOTICE IS HEREBY GIVEN

More information

REQUEST FOR BID (RFB) Number: FY2013/042

REQUEST FOR BID (RFB) Number: FY2013/042 1 May 16, 2013 REQUEST FOR BID (RFB) Number: FY2013/042 OPEN: May 16, 2013 CLOSES: May 28, 2013 12:00 PM (noon) Description On behalf of the Spokane Tribe of Indians we hereby request Sealed, firm-fixed

More information

Directive #: CW Effective: July 1, 2016

Directive #: CW Effective: July 1, 2016 Department of Community & Economic Development CENTER FOR COMMUNITY SERVICES Title: Procurement, Bidding, and Subcontracting Procedures Directive #: CW2016-01 Effective: July 1, 2016 To: Weatherization

More information

TECHNICAL SPECIFICATIONS ELECTRIC GENERAL CONTRACTOR SERVICES

TECHNICAL SPECIFICATIONS ELECTRIC GENERAL CONTRACTOR SERVICES TECHNICAL SPECIFICATIONS 018-19 ELECTRIC GENERAL CONTRACTOR SERVICES 1. SCOPE OF WORK The scope of work includes providing labor and subcontracts necessary for these Technical Specifications, together

More information

STATEMENT OF WORK PREVENTATIVE AND/OR CORRECTIVE Building MAINTENANCE SERVICE Materials Testing Laboratory

STATEMENT OF WORK PREVENTATIVE AND/OR CORRECTIVE Building MAINTENANCE SERVICE Materials Testing Laboratory I. SUMMARY The work under this contract will be performed at the facility located at Commonwealth of Pennsylvania, Department of Transportation, 81 Lab Lane (mailing address) and 82 Dogwood Avenue (delivery

More information

T E N D E R Tender # T Bike Trails Parking and Pump Track

T E N D E R Tender # T Bike Trails Parking and Pump Track T E N D E R Tender # 2010-081208T Bike Trails Parking and Pump Track Sealed tenders addressed to the Purchasing Agent, c/o Materials and Fleet Management, 2 nd Floor, 175 Rothesay Avenue, P.O. Box 1971,

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

ADDENDUM NO WEST LIGHTING PROJECT TU-1938-SBR

ADDENDUM NO WEST LIGHTING PROJECT TU-1938-SBR ADDENDUM NO. 1 10 WEST LIGHTING PROJECT TU-1938-SBR January 25, 2019 Ladies and Gentlemen: Procurement Towson University 8000 York Road Towson, MD 21252-0001 t. 410 704-2171 f. 410 704-8233 The purpose

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

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S. SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 5661 S. Ironwood Drive Apache Junction Arizona 85120 Phone (480) 941-6754 Fax (480) 671-3180 www.smcfd.org BID PACKAGE PROJECT 18.C.18 Issue Date:

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR BID

More information

NCA EXHIBITOR MANUAL Thursday, June 4, 2015

NCA EXHIBITOR MANUAL Thursday, June 4, 2015 NCA EXHIBITOR MANUAL Thursday, June 4, 2015 2015 Annual Conference & Expo Location: Sheraton New Orleans 500 Canal Street New Orleans, LA 70130 Phone: (504)-525-2500 Reservations: (888) 627-7033 Thank

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL REQUEST FOR SEALED BID PROPOSAL OWNER: SAGINAW CHARTER TOWNSHIP PROJECT: OXIDATION DITCH VFD Bids will be received by Saginaw Charter Township at the Wastewater Treatment Plant, located at 5790 W. Michigan

More information

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES Department of General Services GSPUR-11D Rev. 1/17/03 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES 1. SUBMISSIONS OF BIDS: a. Bids are requested for the item(s) described

More information

Wayne County Community College District District Office 4 th Floor Purchasing Office 801 W. Fort Street Detroit, MI 48226

Wayne County Community College District District Office 4 th Floor Purchasing Office 801 W. Fort Street Detroit, MI 48226 October 11, 2018 Attention Glass/Glazing & General Contractors: Wayne County Community College District is hosting a NON-MANDATORY Pre-Bid Conference on Wednesday, October 17, 2018, at 10:00 am. The District

More information

Bid No /7 Release Date: January 25, 2019

Bid No /7 Release Date: January 25, 2019 Houston County School District Rehobeth elementary Lunchroom Kitchen a/c Replacement Request for Proposal (RFP) Bid Opening Date & Time: Friday February 15, 2019 9:00am (Central Time) I. MISCELLANEOUS

More information

REQUEST FOR PROPOSAL UNDERGROUND FIBER OPTIC CABLE INSTALLATION PART I GENERAL

REQUEST FOR PROPOSAL UNDERGROUND FIBER OPTIC CABLE INSTALLATION PART I GENERAL REQUEST FOR PROPOSAL UNDERGROUND FIBER OPTIC CABLE INSTALLATION PART I GENERAL PURPOSE: The City of Niceville, herein after City, seeks to enter into an agreement with a qualified Individual, Firm or Corporation,

More information

REQUEST FOR QUOTATION Sprinkler Repair Services SPECIFICATIONS

REQUEST FOR QUOTATION Sprinkler Repair Services SPECIFICATIONS SPECIFICATIONS 1. PURPOSE AND SCOPE: The Kanawha County Schools Purchasing Department is soliciting bids to establish an Open End Service Contract for Sprinkler Repair Services at various Facilities throughout

More information

REQUEST FOR PROPOSALS PRO SHOP CONCESSION. December 19, 2017 BOARD OF COMMISSIONERS OF THE GREAT NECK PARK DISTRICT

REQUEST FOR PROPOSALS PRO SHOP CONCESSION. December 19, 2017 BOARD OF COMMISSIONERS OF THE GREAT NECK PARK DISTRICT REQUEST FOR PROPOSALS PRO SHOP CONCESSION December 19, 2017 BOARD OF COMMISSIONERS OF THE GREAT NECK PARK DISTRICT Daniel M. Nachmanoff Robert A. Lincoln, Jr. Frank S. Cilluffo GREAT NECK PARK DISTRICT

More information

Decorah Community School District Request for Proposal For DCSD Fiber Cable Maintenance Break/Fix RFP

Decorah Community School District Request for Proposal For DCSD Fiber Cable Maintenance Break/Fix RFP RFP 18-001 - RFP For DCSD Fiber Cable Maintenance Break/Fix Decorah Community School District Request for Proposal For DCSD Fiber Cable Maintenance Break/Fix RFP 18-001 RFP 18-001 - RFP For DCSD Fiber

More information

SCM-BFM-001 Buyer Furnished Material (BFM) Management Plan. Revision: 4

SCM-BFM-001 Buyer Furnished Material (BFM) Management Plan. Revision: 4 Document Change History Revision Description of Revision/Change Date 1 Added a document number and a Revision page. 01 May 2013 2 Revise paragraph II. DEFINITIONS to add BFM Inventory and In-Transit. Revise

More information

TRANSIENT CAMP REMEDIATION RFP#P2017(18) - 15

TRANSIENT CAMP REMEDIATION RFP#P2017(18) - 15 TRANSIENT CAMP REMEDIATION RFP#P2017(18) - 15 PROPOSAL INFORMATION Proposal Name: Transient Camp Remediation RFP#P2017(18)-15 Date Issued: 1/30/17 Contact Person: Mary Anderson, Natural Resources Manager

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

More information

Alabama State Port Authority SPECIAL PROVISIONS DIVISION III INDEX

Alabama State Port Authority SPECIAL PROVISIONS DIVISION III INDEX Alabama State Port Authority Specification Booklet Project Name Marine Liquid Bulk Terminal 2018 Rehabilitation Location Theodore, AL Project # 10461 TASK# 1 August 2018 1 Page SPECIAL PROVISIONS DIVISION

More information

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES Prepared by: Ken Crawford DUE: April 17, 2018 2:00 PM Mountain Time Ogden City School District Purchasing Department Room #210 1950 Monroe Blvd.

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Tracy Yogman Commissioner Mark Zulli Michael Lewis Deputy Commissioners City

More information

Request for Proposal. Gateway Refresh (UCC Router Upgrade)

Request for Proposal. Gateway Refresh (UCC Router Upgrade) Request for Proposal Gateway Refresh (UCC Router Upgrade) The Lincoln County Information Technology Department is seeking to contract with an individual or entity to upgrade Cisco Integrated services routers

More information

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal for Removal of Asbestos Materials October 30,

More information

BID NO be obtained. must be Rankin. no later. subsequently. addressed or. part; to. make awards. District, Troy, MI 48083

BID NO be obtained. must be Rankin. no later. subsequently. addressed or. part; to. make awards. District, Troy, MI 48083 INVITATION TO BID BID NO. 9827 AQUATIC SPORTS TIMING EQUIPMENT AND INSTALLATION TROY HIGH SCHOOL TROY SCHOOL DISTRICT The Troy School District will receive firm, sealed bids for furnishing, delivering

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST PUR421 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 2013 @ 10:00 AM The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide

More information

COUNTY OF SONOMA. CAL-Card USER MANUAL

COUNTY OF SONOMA. CAL-Card USER MANUAL COUNTY OF SONOMA CAL-Card USER MANUAL DEPARTMENT OF GENERAL SERVICES PURCHASING DIVISION May 2012 TABLE OF CONTENTS SECTION PAGE NO. 1. General Information 1 2. Definitions 3 3. Authorized, Restricted

More information

VENDING MACHINE SERVICES FOR THE BOONE COUNTY FISCAL COURT

VENDING MACHINE SERVICES FOR THE BOONE COUNTY FISCAL COURT Boone County, Kentucky INVITATION TO BID # 110718VS VENDING MACHINE SERVICES FOR THE BOONE COUNTY FISCAL COURT ACCEPTANCE DATE: Prior to 2:00 p.m., November 7, 2018 Local time ACCEPTANCE PLACE Boone County

More information

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may

More information

Maintenance Service Agreement

Maintenance Service Agreement ServicePac Maintenance Service Agreement NOTICE: PLEASE CAREFULLY READ THE FOLLOWING TERMS UNDER WHICH INTERNATIONAL BUSINESS MACHINES CORPORATION ( IBM ) WILL PROVIDE THIS SERVICE TO YOU. IBM WILL PROVIDE

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

REQUEST FOR QUOTATION EURASIA WILDS ASPHALT PAVING RFQ #42 ( )

REQUEST FOR QUOTATION EURASIA WILDS ASPHALT PAVING RFQ #42 ( ) 2014-06-25 REQUEST FOR QUOTATION EURASIA WILDS ASPHALT PAVING RFQ #42 (2014-06) The Toronto Zoo invites you to submit a quotation for the supply of all labour, tools, materials and equipment necessary

More information

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

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE ) BID DOCUMENT CITY OF BEVERLY HILLS PUBLIC WORKS DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed bids are requested on the list of materials, supplies,

More information

NOTICE TO BIDDERS. Notice is hereby given that the City of Livermore invites sealed proposals for CAMPUS NETWORK AND LOCAL AREA NETWORK CABLING.

NOTICE TO BIDDERS. Notice is hereby given that the City of Livermore invites sealed proposals for CAMPUS NETWORK AND LOCAL AREA NETWORK CABLING. NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed proposals for CAMPUS NETWORK AND LOCAL AREA NETWORK CABLING. Each proposal shall be in accordance with the conditions

More information

IV. Orders, Quotations, Bids and Request for Proposal (RFP) Requirements

IV. Orders, Quotations, Bids and Request for Proposal (RFP) Requirements Noninstructional Operations and Business Services Policy 707 Purchasing I. Purpose This policy defines the process for purchasing supplies, equipment, materials and services that will be used to meet the

More information

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL FINANCE DEPARTMENT I N V I T A T I O N T O B I D GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent BID #33-16 RECONSTRUCTION OF RETAINING

More information

PURCHASE ORDER ACKNOWLEDGEMENT

PURCHASE ORDER ACKNOWLEDGEMENT PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette

More information

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

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

More information

REQUEST FOR PROPOSAL FOR: FIRE ALARM PANEL & LIFE SAFETY EQUIPMENT SERVICE

REQUEST FOR PROPOSAL FOR: FIRE ALARM PANEL & LIFE SAFETY EQUIPMENT SERVICE REQUEST FOR PROPOSAL FOR: FIRE ALARM PANEL & LIFE SAFETY EQUIPMENT SERVICE NHTI Concord s Community College NHTI14-75 PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for NHTI

More information

City of Fort Meade 8 West Broadway * PO Box 856 Fort Meade, FL * Fax

City of Fort Meade 8 West Broadway * PO Box 856 Fort Meade, FL * Fax City of Fort Meade 8 West Broadway * PO Box 856 Fort Meade, FL 33841 863.285.1100 * Fax 863.285.1125 CITY OF FORT MEADE UTILITY POLICIES The following customer information is provided so you may better

More information

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION REQUEST FOR BIDS For RESIDENTIAL SOLID WASTE COLLECTION Bids are currently being solicited by the Talladega County Commission for curbside collection of municipal residential solid waste in the unincorporated

More information

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213 November 21, 2018 Attention General Contractors: is hosting a NON-MANDATORY Pre-Bid Conference on Thursday, November 29, 2018, at 10:30 am. The District is inviting your company to attend this non-mandatory

More information

REQUEST FOR BID #

REQUEST FOR BID # REQUEST FOR BID # 05-1217 HVAC Materials & Labor THIS IS NOT AN ORDER REV. 02/07/2017 Bid Due Date Tuesday, May 30, 2017, 2:00 p.m. CT Quote Price and Delivery FOB FOB Destination (also see Appendix A,

More information

REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT

REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT Physical Address: 501 South Main Street Mailing Address: PO Box 228 Telephone: 817-636-2462 Metro: 817-638-2758 www.cityofrhome.com cityofrhome@earthlink.net REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD

More information

Human Services Building Roof Project (4 flat roofs)

Human Services Building Roof Project (4 flat roofs) Request for Proposal Human Services Building Roof Project (4 flat roofs) The Lincoln County Maintenance Department is seeking to contract with an individual or entity to reroof four (4) flat roofs located

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina

More information

REQUEST FOR QUOTATION NETWORK CABLING INSTALLATION SERVICES RFQ 03 ( )

REQUEST FOR QUOTATION NETWORK CABLING INSTALLATION SERVICES RFQ 03 ( ) REQUEST FOR QUOTATION NETWORK CABLING INSTALLATION SERVICES RFQ 03 (2019-02) Toronto Zoo requests quotations from professional, experienced and qualified, telecommunications service providers to supply

More information

Supplier Application PART 1 of 3

Supplier Application PART 1 of 3 Supplier Application PART 1 of 3 Daytona State College must have accurate and complete supplier information on file in order to generate a purchase order and facilitate prompt payment. Please complete

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

PROJECT MANUAL Residential Solid Waste, Trash, Recycling and Yard Waste Collections

PROJECT MANUAL Residential Solid Waste, Trash, Recycling and Yard Waste Collections PROJECT MANUAL 2018-2020 Residential Solid Waste, Trash, Recycling and Yard Waste Collections. This Proposal to be Publicly Opened and Read: May 2, 2018 Dated: April 4, 2018 Page 1 of 12 Subject: City

More information

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES INVITATION FOR BID (IFB) SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES TOWN OF LONGMEADOW MASSACHUSETTS May 16, 2012 1 INVITATION FOR BID (IFB): SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING

More information

BROWARD COUNTY HOUSING AUTHORITY SOLICITATION NUMBER QR QUOTATION REQUEST SEAL COATING, RE-STRIPING AND PARKING LOT REPAIRS FOR MEYERS ESTATE

BROWARD COUNTY HOUSING AUTHORITY SOLICITATION NUMBER QR QUOTATION REQUEST SEAL COATING, RE-STRIPING AND PARKING LOT REPAIRS FOR MEYERS ESTATE BROWARD COUNTY HOUSING AUTHORITY SOLICITATION NUMBER QR 17-252 QUOTATION REQUEST SEAL COATING, RE-STRIPING AND PARKING LOT REPAIRS FOR MEYERS ESTATE QUOTE DUE DATE: APRIL 06, 2017, 2:00 PM, EST Please

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT Washington

More information

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SOLID WASTE & DISPOSAL SERVICE RFP - SOLID WASTE & DISPOSAL SERVICE

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SOLID WASTE & DISPOSAL SERVICE RFP - SOLID WASTE & DISPOSAL SERVICE REQUEST FOR SEALED PROPOSAL ADVERTISEMENT for SOLID WASTE & DISPOSAL SERVICE RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 The City of College Park is accepting sealed proposals from qualified vendors

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

REQUEST FOR PROPOSAL. UPS Maintenance

REQUEST FOR PROPOSAL. UPS Maintenance REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

Building Codes. BOCA / Simon Tenant Construction Manual. Plumbing: National Standard Plumbing Code as modified /Simon Tenant Construction Manual

Building Codes. BOCA / Simon Tenant Construction Manual. Plumbing: National Standard Plumbing Code as modified /Simon Tenant Construction Manual Building Codes General Contractor shall be responsible for obtaining all necessary approvals and permits, and for compliance with all Federal State and Local codes and ordinances for each occupancy type.

More information

Request for Quotation

Request for Quotation City of Richmond Business and Financial Services Department Request for Quotation Supply and Delivery of TEMPORARY FENCING Bidders are requested to respond to this Quotation call as instructed subject

More information

SIGNATURE REQUIRED LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX ID NO.

SIGNATURE REQUIRED LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX ID NO. BID REQUEST NO.: -003-LL-C STRATEGIC SOURCING SPECIALIST: Leyanna Long TITLE: Passive Optical DWDM Fiber Optics PHONE NO.: (573) -3 ISSUE DATE: November, 07 E-MAIL: Longlk@umsystem.edu RETURN BID NO LATER

More information

Warner Robins Housing Authority

Warner Robins Housing Authority REQUEST FOR PROPOSAL ELECTRICIAN SERVICES 2019 The Warner Robins Housing Authority (WRHA) is currently soliciting bids for Electrician Services for a one (1) year period with the option for two one (1)

More information

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information