BALTIMORE CITY PUBLIC SCHOOLS MATERIALS MANAGEMENT DEPARTMENT. Contract No. IFB INVITATION FOR BIDS

Size: px
Start display at page:

Download "BALTIMORE CITY PUBLIC SCHOOLS MATERIALS MANAGEMENT DEPARTMENT. Contract No. IFB INVITATION FOR BIDS"

Transcription

1

2 Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 Baltimore City Public Schools (City Schools) BALTIMORE CITY PUBLIC SCHOOLS MATERIALS MANAGEMENT DEPARTMENT Contract No. IFB INVITATION FOR BIDS Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No O Donnell Street Baltimore, MD PSC No /17 and Holabird Elementary/Middle School No Imla Street Baltimore, MD PSC No /17 Bid Due Date: Thursday, July 13, 2017 at 11:00 A.M. Local Time. In order to be eligible for consideration, bids must be received at City Schools Office of Materials Management no later than 11:00 am local time, July 13, 2017 in Room 401. Vendors mailing bids shall allow sufficient carrier delivery time to ensure timely receipt of their bid in the Office of Materials Management (Room 401) prior to the deadline. Any bid received in the Office of Materials Management after the submission deadline, no matter what the reason, will be returned unopened. Delivery to the City Schools mailroom, lobby etc shall not constitute delivery to the Office of Materials Management located in Room 401. All contractors bidding on this contract must first to be prequalified by Baltimore City Department of Public Works Contractors Qualification Committee at Room #634, Charles L. Benton Building, 417 E. Fayette Street, Baltimore, Maryland For additional information please call Note: MBE/WBE package shall be submitted on a bid due date and time in a separate sealed envelope. Only MBE firms certified by the Maryland Department of Transportation (MDOT) can be utilized to meet the MBE requirements for the contract. For additional information and assistance please contact Mr. Brien Boone at (443) M/WBE Manager or to: bcboone@bcps.k12.md.us

3 Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 Baltimore City Public Schools (City Schools) BID INFORMATION SHEET CONTRACT/SOLICITATION NUMBER: IFB I. Description of Work: Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 II. Locations of Work: Graceland Park/O Donnell Heights EMS No O Donnell Street Baltimore, MD Holabird Elementary/Middle School No Imla Street Baltimore, MD III. Documents Available At: In order to participate interested bidders need to visit emaryland Marketplace website at and/or beginning Friday June 2, 2017 IV. Pre-Bid Conference: Mandatory walk through project construction site will be on June 20, 2017 at 10:00 a.m. (Start at Graceland and move to Holabird) for information contact Project Managers Mr. Phillip Scott Office Telephone: (410) Cell Telephone: (443) pscott@bcps.k12.md.us V. Bids Received/Due Date: Baltimore City Public Schools 200 East North Avenue, Room #401 Baltimore, MD Thursday, July 13, 2017 by 11:00 a.m. Local Time. VI. Bid Opening: Baltimore City Public Schools 200 East North Avenue, Room #401 Baltimore, MD Thursday, July 13, 12:00 noon VII. Contact Person: Mike Krupnik Contract Manager Office Telephone: (410) mkrupnik@bcps.k12.md.us

4 NOTE TO PROSPECTIVE CONTRACTORS An electronic or soft copy of the specifications and drawings for Solicitation IFB is available free of charge commencing June 20, 2017 at Baltimore City Public Schools Headquarters Building at: Material Management Department 200 E. North Avenue Room #401 Baltimore, MD Monday thru Friday Between 9:30 a.m. and 3:30 p.m. For additional information related please contact: Ms. Patricia Graff at or Solicitation IFB Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No O Donnell Street Baltimore, MD and Holabird Elementary/Middle School No Imla Street Baltimore, MD 21224

5 Responding Contractor(s), The forms included in contractors Response Package shall be executed by all responding contractors in sufficient details to demonstrate that the contractor possesses the required qualifications, capacity, ability and resources to accomplish the work as set in the solicitation, all to the satisfaction of the Baltimore City Public Schools (City Schools) and for the proper determination of the low, responsible and responsive bidder. All attached forms shall be returned by the vendor(s) on the Bid Due Date and Time to: Baltimore City Public Schools Materials Management Department 200 E. North Avenue Suite 401 Baltimore, MD 21202

6 Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 Baltimore City Public Schools (City Schools) (SUBMIT IN DUPLICATE) BID FORM BID DUE DATE: CONTRACT NO: July 13, 2017 by 11:00 a.m. Local Time IFB PROJECT TITLE: Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 THIS BID SUBMITTED BY: (company name) (address) Principal Name, Title, Phone, FAX & REGISTERED MARYLAND CONTRACTOR NO. SUBMITTED TO: The Baltimore City Board of School Commissioners Baltimore, Maryland The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with THE BALTIMORE CITY BOARD OF SCHOOL COMMISSIONERS, hereinafter referred to as the OWNER, in the form included in the Contract Documents to complete all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in the Bid and in accordance with the Contract Documents. BIDDER has examined the site and locality where the Work is to be performed, the legal requirements (federal, state and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations, as BIDDER deems necessary. The Owner reserves the right to select or reject any, all or none of the alternates in any order. ADDENDA Receipt of the following addenda to the Contract Documents is hereby acknowledged: Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated BID FORM 1

7 Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 Baltimore City Public Schools (City Schools) PROPOSAL OF ADDRESS BID PROPOSAL ZIP CODE IFB BIDS DUE: July 13, 2017 Contract IFB Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 Baltimore City Public Schools (City Schools) TO THE BOARD OF SCHOOL COMMISSIONERS OF BALTIMORE CITY The undersigned agree to furnish all labor, materials and equipment to Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 for Baltimore City Public Schools (City Schools) in accordance with the attached Specifications, Drawings and other related Contract Documents. The entire work specified shall be completed for the following prices: ITEM #1 Base Price: Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 SCHEDULE OF ALTERNATE BIDS - Graceland Park/O Donnell Heights EMS #240 A. Alternate #1: Add Item - PV on Entrance Canopy: Base Bid: Metal entrance canopy roof with translucent panels as shown on drawings; Alternate #1A: Metal canopy roof with partial PV as shown in drawings on sheet A-8.1 Alternate #1B: Full PV canopy roof as shown in drawings on sheets A-8.1 and W-1.1A B. Alternate #2: Add Item - Rainwater harvesting: Base Bid: Downspout to cast iron boot at grade as indicated on the drawings near Stair 3 2. Alternate: BID FORM 2

8 Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 Baltimore City Public Schools (City Schools) Provide rainwater harvesting cistern system for schoolyard garden watering including: rain barrel downspout escutcheon, downspout Y, diverter, and filter; a Bushman USA SlimLine 130 gal. rain barrel (color: clay) on 30 Wx5 Lx12 H concrete pad, and a Rain Harvesting s Tank Gauge/Water Level Indicator.; C. Alternate #3: Add Item - Engraved, Etched pigmented Colored site concrete paving with patterns: Base Bid: Provide scored concrete paving as shown at building entrance and Outdoor Learning Areas. Alternate: Provide Engraved, etched colored concrete with custom scoring pattern as shown on landscape drawings L D. Alternate #4: Add Item - Sod: Base Bid: Seed as per specification section Alternate: Provide sod as per alternate specification section E. Alternate #5: Add Item - Wall panels at community entrance at Vestibule V100: Base Bid: Painted CMU wall Alternate: Demountable Graphic wall panel system as shown on drawings F. Alternate #6: Add Item - Air Facility Monitoring System Service agreement: Base Bid: 3-year annual service agreement as per specification Alternate: Provide 5-year annual service agreement G. Alternate #7: Add Item Lobby Ceiling Fans: Base Bid: No fans Alternate: Provide ceiling fans with associated wiring as shown on drawings A-7.4, E-2.1 and M-1.1 BID FORM 3

9 Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 Baltimore City Public Schools (City Schools) H. Alternate #8: Add Item Gym Ceiling Fans: Base Bid: No fans Alternate: Provide ceiling fans with associated wiring as shown on drawings A-7.4, E-2.1 and M-1.1 I. Alternate #9: Add Item Concrete in lieu of asphalt sidewalks: Base Bid: Asphalt sidewalks as shown on landscape drawings Alternate: Provide concrete sidewalks in lieu of asphalt sidewalks were indicated on landscape drawings. J. Alternate #10: Add Item Additional Landscape trees: Base Bid: Trees as shown in landscape plans Alternate: Additional trees where indicated in landscape plans.. BID FORM 4

10 Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 Baltimore City Public Schools (City Schools) SCHEDULE OF UNIT PRICES- Graceland Park/O Donnell Heights EMS #240 A. Unit Price: Removal of unsatisfactory soil and replacement with engineered fill material. Description: Removal of unsatisfactory soil excavation and disposal off site and replacement with engineered fill from off site, as required, according to Section "Earth Moving." Unit of Measurement: Cubic yard of soil excavated, based on survey of volume removed. Quantity to be included in Base Bid: 200 cubic yards. B. Unit Price: Removal of unsatisfactory soil and replacement with satisfactory soil material. Description: Removal of unsatisfactory soil excavation and disposal off site and replacement with borrow/satisfactory soil from off site, as required, according to Section "Earth Moving." Unit of Measurement: Cubic yard of soil excavated, based on survey of volume removed. Quantity to be included in Base Bid: 400 cubic yards. C. Unit Price: Sheeting and shoring for protection of excavation. Description: Erection and maintenance of Sheeting and shoring as specified in Section ; removal at completion of use. Unit of Measurement: Square feet. Quantity to be included in Base Bid: None. D. Unit Price: 6 nominal CMU wall. Description: Erection of interior 6 CMU walls as specified in Section Unit of Measurement: Square feet. Quantity to be included in Base Bid: 200 square feet. E. Unit Price: 4 nominal CMU wall. Description: Erection of interior 4 CMU walls as specified in Section Unit of Measurement: Square feet. Quantity to be included in Base Bid: 200 square feet. F. Unit Price: Partition type J1 metal stud gypsum wall. Description: Erection of interior partition type J1 walls as specified in Section and Unit of Measurement: Square feet. Quantity to be included in Base Bid: 200 square feet. G. Unit Price: 1. Description: Erection of interior partition type X1 walls as specified in Section and Unit of Measurement: Square feet. Quantity to be included in Base Bid: 200 square feet. BID FORM 5

11 Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 Baltimore City Public Schools (City Schools) ITEM #2 Base Price: Construction Services for Replacement of Holabird Elementary/Middle School No. 229 SCHEDULE OF ALTERNATE BIDS - Holabird EMS #229 A. Alternate #1: Add Item PV on Entrance Canopy: Base Bid: Metal entrance canopy roof with translucent panels as shown on drawings; Alternate #1A: Metal canopy roof with partial PV as shown in drawings on sheet A-8.1 Alternate #1B: Full PV canopy roof as shown in drawings on sheets A-8.1 and W-1.1A B. Alternate #2: Add Item - Rainwater harvesting: Base Bid: Downspout to cast iron boot at grade as indicated on the drawings near Stair 3 2. Alternate: Provide rainwater harvesting cistern system for schoolyard garden watering including: rain barrel downspout escutcheon, downspout Y, diverter, and filter; a Bushman USA SlimLine 130 gal. rain barrel (color: clay) on 30 Wx5 Lx12 H concrete pad, and a Rain Harvesting s Tank Gauge/Water Level Indicator.; C. Alternate #3: Add Item - Engraved, Etched pigmented Colored site concrete paving with patterns: Base Bid: Provide scored concrete paving as shown at building entrance and Outdoor Learning Areas. Alternate: Provide Engraved, etched colored concrete with custom scoring pattern as shown on landscape drawings L D. Alternate #4: Add Item - Sod: Base Bid: Seed as per specification section Alternate: Provide sod as per alternate specification section BID FORM 6

12 Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 Baltimore City Public Schools (City Schools) E. Alternate #5: Add Item - Wall panels at community entrance at Vestibule V100: Base Bid: Painted CMU wall Alternate: Demountable Graphic wall panel system as shown on drawings F. Alternate #6: Add Item - Air Facility Monitoring System Service agreement: Base Bid: 3-year annual service agreement as per specification Alternate: Provide 5-year annual service agreement G. Alternate #7: Add Item Lobby Ceiling Fans: Base Bid: No fans Alternate: Provide ceiling fans with associated wiring as shown on drawings A-7.4, E-2.1 and M-1.1 H. Alternate #8: Add Item Gym Ceiling Fans: Base Bid: No fans Alternate: Provide ceiling fans with associated wiring as shown on drawings A-7.4, E-2.1 and M-1.1 I. Alternate #9: Add Item Concrete in lieu of asphalt sidewalks: Base Bid: Asphalt sidewalks as shown on landscape drawings Alternate: Provide concrete sidewalks in lieu of asphalt sidewalks were indicated on landscape drawings. J. Alternate #10: Add Item Additional Landscape trees: Base Bid: Trees as shown in landscape plans Alternate: Additional trees where indicated in landscape plans.. BID FORM 7

13 Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 Baltimore City Public Schools (City Schools) SCHEDULE OF UNIT PRICES- Holabird EMS #240 A. Unit Price: Removal of unsatisfactory soil and replacement with engineered fill material. Description: Removal of unsatisfactory soil excavation and disposal off site and replacement with engineered fill from off site, as required, according to Section "Earth Moving." Unit of Measurement: Cubic yard of soil excavated, based on survey of volume removed. Quantity to be included in Base Bid: 200 cubic yards. B. Unit Price: Removal of unsatisfactory soil and replacement with satisfactory soil material. Description: Removal of unsatisfactory soil excavation and disposal off site and replacement with borrow/satisfactory soil from off site, as required, according to Section "Earth Moving." Unit of Measurement: Cubic yard of soil excavated, based on survey of volume removed. Quantity to be included in Base Bid: 400 cubic yards. C. Unit Price: Sheeting and shoring for protection of excavation. Description: Erection and maintenance of Sheeting and shoring as specified in Section ; removal at completion of use. Unit of Measurement: Square feet. Quantity to be included in Base Bid: None. D. Unit Price: 6 nominal CMU wall. Description: Erection of interior 6 CMU walls as specified in Section Unit of Measurement: Square feet. Quantity to be included in Base Bid: 200 square feet. E. Unit Price: 4 nominal CMU wall. Description: Erection of interior 4 CMU walls as specified in Section Unit of Measurement: Square feet. Quantity to be included in Base Bid: 200 square feet. F. Unit Price: Partition type J1 metal stud gypsum wall. Description: Erection of interior partition type J1 walls as specified in Section and Unit of Measurement: Square feet. Quantity to be included in Base Bid: 200 square feet. G. Unit Price: Description: Erection of interior partition type X1 walls as specified in Section and Unit of Measurement: Square feet. Quantity to be included in Base Bid: 200 square feet. BID FORM 8

14 Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 Baltimore City Public Schools (City Schools) Total lump sum for base items only - Item #1 and Item #2: TERMS: NET 30 (Unless otherwise stated) F.O.B.: DELIVERED BASIS OF AWARD: This contract shall be awarded to the lowest, qualified, responsive and responsible bidder based on per items or total lump sum cost whatever is in the best interest of Baltimore City Public Schools. Work for alternate bid items and unit bid items shall be awarded at the sole discretion of City Schools BID FORM 9

15 Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 Baltimore City Public Schools (City Schools) SCHEDULE: The undersigned agrees that if awarded a contract, they will work under the contract and expeditiously conduct the Work in a manner consistent with the approved construction schedule so as to ensure completion of the Work within the prescribed time limits. REPRESENTATION: In submitting this Bid, the undersigned Bidder represents that: a. It has read and understands the Contract Documents, particularly the General Conditions, and his/her bid is made in accordance therewith. b. It has visited the site; familiarized itself with the local conditions under which the work is to be performed; compared the site with the plans and specifications; satisfied themselves of the conditions of delivery, handling and storage of materials, and all other matters which may be incidental to the work, before submitting its bid. c. Its bid is based upon the materials and equipment described within the Bidding Documents without exception. d. It has read the Contract and understands all of the terms and conditions and will execute it without exception. ATTACHMENTS The following items shall be completed, attached to this BID FORM and shall be submitted to City Schools herewith with Contractors Response Package on Bid Due Date and Time: 1) Bid Proposal Form 2) Non-Collusion Affidavit 3) Anti-Bribery Affidavit 4) Debarment Affidavit 5) Bid Bond 6) Copy of the current Baltimore City Contractor and Subcontractors Prequalification Certificates 7) Contractor Qualifications Verification Response. 8) Copy State of Maryland Contractors License 9) Copy State of Maryland Certificate of Good Standing or other filing verifying the bidder is in Good Standing with the Department of Assessments and Taxation of Maryland. 10) Copies of your firm s Lead-Based Paint Certification, Renovator Certification and worker training records. 11) W-9 Form 12) Insurance Certificate 13) City s YouthWork Program - Baltimore City 14) Minority Business Enterprise documentation as required, forms BID FORM 10

16 Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 Baltimore City Public Schools (City Schools) NON-COLLUSION AFFIDAVIT, being first duly sworn deposes and says that he is an officer in the building construction organization known as and the party making a certain proposal or bid dated, 20, to the Board of School Commissioners for Baltimore City Public Schools: and that this bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person to fix the bid prices of the affidavit or any other bidder, or to fix any overhead, profit or cost element of said bid price, or that of any bidder, or to secure any advantage against the Board of School Commissioners for Baltimore City Public Schools or any other person interested in the proposed contract; and that all statements in said proposal or bid are true. Signature of: x Bidder, if the bidder is an individual x Partner, if the bidder is a partnership x Officer, if the bidder is a corporation Maryland Contractor No. Subscribed and sworn before me this day of, 20. x Notary Public My commission expires: BID FORM 11

17 Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 Baltimore City Public Schools (City Schools) ANTI-BRIBERY AFFIDAVIT, being first duly sworn deposes and says that he is an officer in the building construction organization known as and the party making a certain proposal or bid dated, 20, to the Board of School Commissioners for Baltimore City Public Schools: I further confirm that: Neither I, nor to the best of my knowledge, information, and belief, the above business (as in defined in Section (b) of the State Finance and Procurement Article of the Annotated Code of Maryland), or any of its officers, directors, partners, or any of its employees directly involved in obtaining or performing contracts with public bodies (as is defined in Section (f) of the State Finance and Procurement Article of the Annotated Code of Maryland), has been convicted of bribery, attempted bribery, or conspiracy to bribe in violation of Maryland Law, or of the law of any other state or federal law, except as follows (indicate the reasons why the affirmation cannot be given and list any conviction, plea, or imposition of probation before judgment with the date, court or administrative body, sentence or disposition, the name(s) of person(s) involved, and their current positions and responsibilities with the business): Signature of: x Bidder, if the bidder is an individual x Partner, if the bidder is a partnership x Officer, if the bidder is a corporation Maryland Contractor No. Subscribed and sworn before me this day of, 20. x Notary Public My commission expires: BID FORM 12

18 Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 Baltimore City Public Schools (City Schools) DEBARMENT AFFIDAVIT, being first duly sworn deposes and says that he is an officer in the building construction organization known as and the party making a certain proposal or bid dated, 20, to the Board of School Commissioners for Baltimore City Public Schools. I further affirm that: Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, or any of its employees directly involved in obtaining or performing contracts with public bodies, has ever been suspended or debarred (including being issued a limited denial of participation) by any public entity, except as follows (list each debarment or suspension providing the dates of the suspension or debarment, the name of the public entity and the status of the proceedings, the name(s) of the person(s) involved and their current positions and responsibilities with the business, the grounds of the debarment or suspension, and the details of each person's involvement in any activity that formed the grounds of the debarment or suspension): I further affirm that: (1) The business was not established and it does not operate in a manner designed to evade the application of or defeat the purpose of debarment pursuant to Sections , et seq., of the State Finance and Procurement Article of the Annotated Code of Maryland; and (2) The business is not a successor, assignee, subsidiary, or affiliate of a suspended or debarred business, except as follows (you must indicate the reasons why the affirmations cannot be given without qualification): Signature of: x Bidder, if the bidder is an individual x Partner, if the bidder is a partnership x Officer, if the bidder is a corporation Maryland Contractor No. Subscribed and sworn before me this day of, 20. x Notary Public My commission expires: BID FORM 13

19 Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 Baltimore City Public Schools (City Schools) BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned as Principal, and as Surety, are hereby held and firmly bound unto the Baltimore City Board of School Commissioners and the Baltimore City Public Schools, as Owner, Two Percent (2%) of the Total Bid submitted for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, personal representatives, successors and assigns. Signed this day of, 19. The condition of the above obligation is such that WHEREAS the Principal has submitted to the Baltimore City Board of School Commissioners and the Baltimore City Public Schools a certain Bid, attached hereto, and hereby made a part hereof to enter into a Contract, in writing, for the NOW, THEREFORE, (a) If said Bid shall be rejected or in the alternate. (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid), and shall furnish a bond for his faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith and shall in all other respects perform the Agreement created by the acceptance of said Bid. Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event, exceed the penal amount of this obligation, as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by an extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. BID BOND

20 Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 Baltimore City Public Schools (City Schools) IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their Hand and Seals, and such of them as are Corporation have caused their Corporate Seals to be hereto affixed and these presents to be signed by their proper Officers, the day and year first set forth above. ATTEST: ATTEST: PRINCIPAL SURETY (SEAL) (SEAL) BID BOND

21 Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 Baltimore City Public Schools (City Schools) CERTIFICATE OF INSURANCE COVERAGE Contract: IFB Contract Title: Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 NAME OF CONTRACTOR: ADDRESS: NAME OF SURETY: (TYPE OR PRINT) NAME OF AGENT: (TYPE OR PRINT) AGENT S PHONE NO.: The below signed hereby certifies that the following information is true and correct. MINIMUM POLICY OR ACTUAL TYPE OF REQUIRED BINDER LIMITS EXPIRATION COVERAGE LIMITS NUMBER PROVIDED DATE COMMERCIAL GENERAL LIABILITY $1,000,000 OCC / $3,000,000 AGG. BUSINESS AUTOMOBILE LIABILITY $1,000,000 PER OCCURRENCE WORKMAN S MARYLAND STATE MINIMUM COMPENSATION STATUTORY ( ) LIMITS ON ABOVE POLICY WILL BE INCREASED ( ) ABOVE POLICY NOW IN EFFECT ( ) POLICY WILL BE OBTAINED/ISSUED The following additional clauses will be considered a part of the above policy(s), the same as if specifically written therein, as pertains to the above stated contract. 1. The Baltimore City Public Schools and Board of Schools Commissioners are hereby named as Additional Insured. 2. The policy(s) cannot be reduced or cancelled without at least forty-five (45) days prior written notice to the Baltimore City Public Schools. 3. The insurance company is prohibited from pleading government function in the absence of any specific written authority by the Baltimore City Public Schools. 4. The policy(s) will be automatically included and cover all phases of work, equipment, persons, et cetera which are normally covered while performing work under the above contract, whether specifically written therein or not. The Baltimore City Public Schools is hereby granted authority to contact the agency directly to confirm information or obtain copies of certificates of insurance. The Baltimore City Public Schools bears no responsibility for premiums or other cost of insurance. If policy(s) is not currently in effect, it will be written immediately upon notice of award, and a copy of binder or certificate will be sent directly to the Baltimore City Public Schools. A properly executed copy of this document shall be legally binding as a Carrier Certificate of Insurance Form. (AUTHORIZED AGENT S SIGNATURE) INSURANCE: (DATE) 1

22 Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 Baltimore City Public Schools (City Schools) The successful bidder will be required to provide insurance coverage as shown in General Conditions of Bid and Contract, prior to beginning any work. This insurance coverage must be maintained throughout the life of the contract. PROOF THAT COVERAGE IS EITHER CURRENTLY IN PLACE OR WILL BE PROVIDED MUST BE SUBMITTED WITH THE BID. This can be done by one of the two following methods: 1. Complete form CERTIFICATION OF INSURANCE COVERAGE or 2. Submit a Certificate of Insurance on a form provided by your Insurance Agent. This form must include the following clauses: a. The Baltimore City Public Schools and Board of Schools Commissioners are hereby named as Additional Insured. b. The policy(s) cannot be reduced or canceled without at least forty-five (45) days prior written notice to the Baltimore City Public Schools. c. The insurance company is prohibited from pleading government function in the absence of any specified written authority from the Baltimore City Public Schools. d. The policy(s) will automatically include and cover all phases of work, equipment, persons, et cetera which are normally covered while performing work under the above contract, whether specifically written therein or not. Regardless of the method used, the form MUST be totally complete, MUST show that all Limits of Insurance are or will be met, and MUST be signed by the Agent. Failure to provide the required insurance coverage by either of the two (2) methods described above when the bid is submitted, may result in rejection of your bid as being non-responsive. 2

23 Copy of the Current Baltimore City Contractor and Subcontractors Prequalification Certificates

24 Contractor Qualifications Verification Response This Document shall be submitted as a part of the Contractor s Response Package on the Bid Due Date and Time Company known as party making a certain proposal or bid dated, 20, to the Board of School Commissioners for the Baltimore City Public Schools. I further affirm that: The above business shall self-perform the majority (>51%) of the work, shown on the contract drawings with their own forces; this percentage of the work may not be subcontracted. If at any point during the project it is determined by City Schools that this percentage will not be met, it is grounds for immediate contract termination. I further affirm that: The information provided in the document below is complete and accurate to the best of my knowledge and that this information will be used by Baltimore City Public Schools to determine the responsiveness of the apparent low bidder. Incorrect or incomplete information will be cause for Baltimore City Public Schools to deem the apparent low bidder as unresponsive, thereby disqualifying the bidder. Office Address: Additional Location: Signature of: x Bidder, if the bidder is an individual x Partner, if the bidder is a partnership x Officer, if the bidder is a corporation Maryland Contractor No._ Subscribed and sworn before me this day of, 20 x Notary Public My commission expires

25 PROJECT EXPERIENCE, being first duly sworn deposes and says that he is an officer in the building construction organization known as and the party making a certain proposal or bid dated, 20, to the Board of School Commissioners for the Baltimore City Public Schools. I further affirm that: A. How many years has your organization been in business? B. How many year has your organization been in business under its present business name? C. Under what other or former names has your organization operated? _ I further affirm that: The above business has successfully completed, in the role of General Contractor, a minimum of 3 projects of similar size, scope (+/- 20% of construction cost compared to this project) and duration in a public school within the past five years. At least one of those projects must have been as a public-private partnership project. Respondent shall provide a resume indicating the above-required project experience and at least two references pertaining to this experience. Examples must be provided below. 1. Project Name Project Address City State Project Owner Contact Phone Number Date of Project Completion Size of Project Dollar Value

26 2. Project Name Project Address City State Project Owner Contact Phone Number Date of Project Completion Size of Project Dollar Value

27 3. Project Name Project Address City State Project Owner Contact Phone Number Date of Project Completion Size of Project Dollar Value Warranty Term Signature of: x Bidder, if the bidder is an individual x Partner, if the bidder is a partnership x Officer, is the bidder is a corporation Maryland Contractor No._ Subscribed and sworn before me this day of, 20. x Notary Public My commission expires:

28 State of Maryland Contractors License

29 State of Maryland Certificate of Good Standing or other filing verifying the bidder is in Good Standing with the Department of Assessments and Taxation of Maryland (Copy).

30 Copies of your firm s Lead-Based Paint Certification, Renovator Certification and worker training records.

31

32

33

34

35

36

37

38

39

40

41

42

43

44 Attachment A (page 1 of 2) Provide Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School No. 240 and Holabird Elementary/Middle School No. 229 for Baltimore City Public Schools (City Schools) CERTIFIED MINORITY BUSINESS ENTERPRISE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT NOTE: You must include this document with your bid or offer. If you do not submit the form with your bid or offer, the procurement officer shall deem your bid non-responsive or your offer not reasonably susceptible of being selected for award. This MBE package shall be returned to City Schools in a separate sealed envelope. For additional information and assistance please contact: Mr. Boone, Brien C. Boone at (443) or BCBoone@bcps.k12.md.us * * * * * * * * * * * * * * * As per State of Maryland Procurement Regulations all solicitations issued on or after June 9, 2014 MBE Prime contractors can be counted up to (50%) towards the entire MBE Goal, and up to 100% towards any one of the MBE sub goals. Part I. I acknowledge the: Overall certified MBE subcontract participation goal of 32%. and The subgoals, if applicable, of: 7% for certified African American-owned businesses and 4% for certified Asian American-owned businesses. I have made a good-faith effort to achieve this goal. If awarded the contract, I will continue to attempt to increase MBE participation during the project. Only MBE firms certified by the Maryland Department of Transportation (MDOT) can be utilized to meet the MBE requirements for the contract. Part II. Check ONE Box NOTE: FAILURE TO CHECK ONE OF BOXES 1, 2, or 3 BELOW WILL RENDER A BID NON-RESPONSIVE OR AN OFFER NOT REASONABLY SUSCEPTIBLE OF BEING SELECTED FOR AWARD NOTE: INCONSISTENCY BETWEEN THE ASSERTIONS ON THIS FORM AND THE INFORMATION PROVIDED ON THE MBE PARTICIPATION SCHEDULE (ATTACHMENT B) MAY RENDER A BID NON-RESPONSIVE OR AN OFFER NOT REASONABLY SUSCEPTIBLE OF BEING SELECTED FOR AWARD 1 I have met the overall MBE goal and MBE subgoals for this project. I submit with this Affidavit MBE Participation Schedule [Attachment B], which details how I will reach that goal. or 2 After having made a good-faith effort to achieve the overall MBE goal and MBE subgoals for this project, I can achieve partial success only. I submit with this Affidavit MBE Participation Schedule [Attachment B], which details the MBE participation I have achieved. I request a partial waiver as follows: Waiver of overall MBE subcontract participation goal: % Waiver of MBE subcontract participation subgoals, if applicable: % for certified African American-owned businesses and % for certified Asian American-owned businesses. Within 10 days of being informed that I am the apparent low bidder, I will submit MBE Waiver Documentation [Attachment F] (with supporting documentation).

45 or Attachment A (page 2 of 2) 3 After having made a good faith effort to achieve the overall MBE goal and MBE subgoals for this project, I am unable to achieve any portion of the goal or subgoals. I submit with this Affidavit MBE Participation Schedule [Attachment B]. I request a full waiver. Within 10 days of being informed that I am the apparent low bidder, I will submit MBE Waiver Documentation [Attachment F] (with supporting documentation). Part III. I understand that if I am the apparent low bidder, I must submit within 10 working days after receiving notice of the potential award. Outreach Efforts Compliance Statement (Attachment C) Subcontractor Project Participation Statement (Attachment D) Minority Subcontractors Unavailability Certificate (Attachment E) (if applicable) Any other documentation the Procurement Officer requires to ascertain my responsibility in connection with the MBE participation goal and subgoals I acknowledge that if I fail to timely return complete documents, the Procurement Officer may determine that I am not responsible and therefore not eligible for contract award. If the contract has been awarded, the award is voidable. I acknowledge that the MBE subcontractors/suppliers listed in the MBE Participation Schedule and any additional MBE subcontractor/suppliers identified in the Subcontractor Project Participation Statement will be used to accomplish the percentage of MBE participation that I intend to achieve. In the solicitation of subcontract quotations or offers, MBE subcontractors were provided the same information and amount of time to respond as were non-mbe subcontractors. The solicitation process was conducted in such a manner so as to not place MBE subcontractors at a competitive disadvantage to non-mbe subcontractors. In accordance with (b)(5) of the State Finance and Procurement Article ("SFP"), the Board of Public Works promulgated regulations requiring all contracts with Minority Business Enterprise (MBE) participation goals to include a liquidated damages provision (COMAR (E)). Code of Maryland Regulations provides that "Each regulation adopted under this title that is in effect on the date of award of any procurement contract... is applicable to the contract." See also SFP (a). Therefore, the MBE liquidated damages requirement became effective for all contracts awarded on or after May 13, I solemnly affirm under the penalties of perjury that this Affidavit is true to the best of my knowledge, information, and belief. Bidder/Offeror Name Address Address (continued) Affiant Signature Printed Name & Title Date

46 Attachment B Baltimore City Public Schools MBE PARTICIPATION SCHEDULE This document must be included with the bid or offer. If the bidder or offeror fails to submit this form with the bid or offer as required, the procurement officer shall deem the bid non-responsive or shall determine that the offer is not reasonably susceptible of being selected for award. 1. Prime Contractor s Name 2. Prime Contractor s Address and Telephone Number 3. Project/School Name Roofs Replacement Services at Polytechnic High School #403 and Western High School #407 for Baltimore City Public Schools 5. Solicitation #BCS Project/School Location 6. Base Bid Amount $ Minority Firm Address 7a. Minority Firm Name Minority Firm Telephone Number Minority Firm Fax Number MDOT Certification Number MBE/WBE is in Good Standing with Maryland Department of Assessments and Taxation: YES or NO Work to be Performed and Subcontract Dollar Amount 7b. Minority Firm Name Minority Group Type (African American ) (Asian ) (American Indian) Percent of Total Contract Minority Firm Address (Women ) (Hispanic) (Disabled) Minority Firm Telephone Number Minority Firm Fax Number MDOT Certification Number MBE/WBE is in Good Standing with Maryland Department of Assessments and Taxation: YES or NO Work to be Performed and Subcontract Dollar Amount Minority Group Type (African American ) (Asian) (American Indian) Percent of Total Contract (Women ) (Hispanic) (Disabled) 7c. Minority Firm Name Minority Firm Address Minority Firm Telephone Number Minority Firm Fax Number MDOT Certification Number MBE/WBE is in Good Standing with Maryland Department of Assessments and Taxation: YES or NO Work to be Performed and Subcontract Dollar Amount Minority Group Type (African American ) (Asian) (American Indian) Percent of Total Contract (Women ) (Hispanic) (Disabled) 8. MBE Total Dollar Amount 9. Total MBE Percent of Entire Contract 10. Form Prepared by : Name Title Date 11. Reviewed and Accepted by City Schools MBE Liaison Officer Name Title Date Total MBE Participation: % $ Total African-American MBE Participation: % $ Total Asian MBE Participation: % $ Total Other Participation: % $

47 Attachment C Baltimore City Public Schools OUTREACH EFFORTS COMPLIANCE STATEMENT In conjunction with the bid or offer submitted in response to Baltimore City Public Schools System for the project, BCS #, I state the following: (name) 1) Bidder/Offeror identified opportunities to subcontract in these specific work categories: 2) Attached to this form are copies of written solicitations (with bidding instructions) used to solicit certified MBEs for these subcontract opportunities. 3) Bidder/Offeror made the following attempts to contact personally the solicited MBEs: 4) Bidder/Offeror assisted MBEs to fulfill or to seek waiver of bonding Requirements (Described Efforts) This project does not involve bonding requirements. 5) Bidder/Offeror did/did not attend the pre-bid conference No pre-bid conference was held. By: Bidder/Offeror Name Address Name, Title Date

48 Attachment D Baltimore City Public Schools MINORITY BUSINESS ENTERPRISES SUBCONTRACTOR PROJECT PARTICIPATION STATEMENT PROJECT/ SCHOOL NAME: PROJECT/ SCHOOL LOCATION: LEA: NAME OF PRIME CONTRACTOR: BALTIMORE CITY PUBLIC SCHOOLS NAME OF MBE SUBCONTRACTOR: MDOT Certification Number 1. Work/Services to be performed by MBE Subcontractor: 2. Subcontract Amount: $ 3. Bonds - Amount and type required of Subcontractor if any: 4. MBE Anticipated or Actual Commencement Date: Completion Date: 5. This MBE subcontract represents the following percentage of the total contract cost: 6. This is an African American Firm: Yes No 7. This is an Asian American Firm: Yes No 8. This is a Women Owned, American Indian, Hispanic or Disabled Firm: Yes No (Circle One) *********************************************************************************************** The undersigned subcontractor and prime contractor will enter into a contract for the work/service indicated above upon the prime contractor s execution of a contract for the above referenced project with the Baltimore City Board of School Commissioners. The undersigned subcontractor is a MDOT certified Minority Business Enterprise. The terms and conditions stated above are consistent with our agreements. Signature of Subcontractor: Date: The term and conditions stated above are consistent with our agreements. Signature of Prime Contractor: Date:

49 Attachment E Baltimore City Public Schools MINORITY SUBCONTRACTOR UNAVAILABILITY CERTIFICATE It is hereby certified that the firm of located at (Number) (Name of Minority firm) (Street) (City) (State) (Zip) was offered an opportunity to bid on the with Baltimore City Board of School Commissioners by school project (Name of Prime Contractor s Firm) ************************************************************************************* 2. The (Minority Firm), is either unavailable for the work/service or unable to prepare a bid for this project for the following reason(s): Signature of Minority Firm s MBE Representative Title Date MDOT Certification # Telephone # 3. To be completed by the prime contractor if Section 2 of this form is not completed by the minority firm. To the best of my knowledge and belief, said Certified Minority Business Enterprise is either unavailable for the work/service for this project, is unable to prepare a bid, or did not respond to a request for a price proposal and has not completed the above portion of this submittal. Signature of Prime Contractor Title Date

50 Attachment F Baltimore City Public Schools MBE WAIVER DOCUMENTATION Project Name: PSC No. Base Contract Amount $ Plus Accepted Alternates Equals Total Contract Amount $ I have previously requested that a waiver be granted to the overall MBE goal for this project of percent, with a minimum of percent from certified African American-owned businesses, a minimum of percent from certified Asian American-owned businesses, and the balance from all certified minority business enterprises, if applicable. This would include the total dollar value of all materials, supplies, equipment, and services, including construction services directly or indirectly, from Minority Business Enterprises (MBE) which are currently certified by the Maryland Department of Transportation (MDOT). I (Name of Company Representative) (Position Title) (Company Name), hereby certify that my position is, and I am the duly authorized representative of I further certify that I have submitted a Schedule for Participation of Certified Minority Business Enterprises which reflects the percentage and dollar value of certified Minority Business Enterprise participation which my company expects to achieve for this contract. Therefore, the request for the waiver is as follows: Minority Group a. Sub Goal African American b. Sub Goal Asian American c. Other * in Sub Goal group a/b above TOTALS Percent of Total Contract % % % Summary MBE Participation Schedule from Attachment B MBE GOAL Dollar Value of Total Contract* Actual MBE Dollar Participation Dollar Value Percent of Total Contract Request For Waiver Dollar Value Percent of Total Contract with accepted/rejected alternates F-1

51 To support this request for a waiver, I include the following information as attachments which I certify to be true to the best of my knowledge. 1. A detailed statement of the efforts made by the contractor to identify and select portions of the work proposed to be performed by subcontractors in order to increase the likelihood of achieving the stated goal; 2. A detailed statement of the efforts made by the contractor prior to and up to 10 days before the bid opening to solicit minority business enterprises through written notices that describe the categories of work for which subcontracting is being solicited, the type of work to be performed, and specific instructions on how to submit a bid; 3. A detailed statement of the contractor s efforts to make personal contact with MBE firms identified for Item 2. above; 4. A record of the name, address, telephone number, and dates contacted for each MBE identified under items 2. and 3. above; 5. A description of the information provided to MBE s regarding the plans, specifications and the anticipated time schedule for portions of the work to be performed; 6. Information on activities to assist minority business enterprises to fulfill bonding requirements, or to obtain a waiver of these requirements; 7. Information on activities to publicize contracting opportunities to minority business enterprises, attendance at pre-bid meetings, or other meetings scheduled by the MBE Liaison or designated representative; 8. As to each MBE that placed a subcontract quotation or offer which the apparent low bidder or successful offeror considers not to be acceptable, a detailed statement of reasons for this conclusion; and 9. A list of minority subcontractors found to be unavailable. This shall be accompanied by a Minority Subcontractor Unavailability Certificate signed by the minority business enterprise or from the apparent low bidder or successful offeror indicating that the minority business did not provide the written certification. Signature (Company Representative Name) Date Sworn and subscribed before me this day of in the year Notary Public Reviewed and accepted by the Baltimore City Public Schools MBE Liaison Officer. Signature Date (City Schools Representative Name) G-1

Part A: PRIME CONTRACTOR PROJECT SUMMARY FORM

Part A: PRIME CONTRACTOR PROJECT SUMMARY FORM Part A: PRIME CONTRACTOR PROJECT SUMMARY FORM Name of Bidder (Offeror): Fed. ID: Address: Telephone: Cell: Email: Fax: Contracting Agency BALTIMORE CITY PUBLIC SCHOOLS Contract (Project) Title Contract

More information

5. BID FORMS TABLE OF CONTENTS

5. BID FORMS TABLE OF CONTENTS 5. BID FORMS TABLE OF CONTENTS SECTION 1 BID FORM SECTION 2 BID DATA FORMS 2.A LIST OF PROPOSED SUBCONTRACTORS 2.B BID BOND SECTION 3 NON-COLLUSION AFFIDAVIT SECTION 4 BIDDER INFORMATION FORM 4.A INFORMATION

More information

ATTACHMENT D MINORITY BUSINESS ENTERPRISE FORMS

ATTACHMENT D MINORITY BUSINESS ENTERPRISE FORMS ATTACHMENT D MINORITY BUSINESS ENTERPRISE FORMS PURPOSE The Contractor shall structure its procedures for the performance of the work required in this Contract to attempt to achieve the Minority Business

More information

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029 SECTION 00300 - BID BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the

More information

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY Invitation No: IB-025-17 Date December 6, 2016 Title: Belknap Academic Classroom Building, Bid Pack III Addendum No. Five (5) Post Bid

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040 INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one

More information

Replace Transmission - Bulldozer

Replace Transmission - Bulldozer Replace Transmission - Bulldozer Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org Replace Transmission Bulldozer

More information

Convert Six East/West Tennis Courts to a North/South Orientation

Convert Six East/West Tennis Courts to a North/South Orientation Convert Six East/West Tennis Courts to a North/South Orientation Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org

More information

ATTACHMENT H MBE FORMS A-E MARYLAND JUDICIARY (MJUD) CERTIFIED MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT MBE FORM A

ATTACHMENT H MBE FORMS A-E MARYLAND JUDICIARY (MJUD) CERTIFIED MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT MBE FORM A ATTACHMENT H MBE FORMS A-E MARYLAND JUDICIARY (MJUD) CERTIFIED MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT MBE FORM A THIS AFFIDAVIT MUST BE INCLUDED WITH THE BID/PROPOSAL. IF THE BIDDER/OFFEROR FAILS

More information

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

Company Name: Address: Date: OFFICAL SIGNATURE PRINT Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The

More information

Attachment A Required Submission Documents BIDDER INFORMATION

Attachment A Required Submission Documents BIDDER INFORMATION Company Name: BIDDER INFORMATION Company Address: Authorized By (typed or printed name): Title: Authorized Signature: Date: Telephone Number: Fax Number : Email Address: Company s Web Page: Remit to Name:

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR LIBRARY INTERIOR IMPROVEMENT PROJECT DISTRICT PROJECT NO. PLD-2018-003 All Questions Regarding This Project Are

More information

HVAC Remodel Second Floor North Center Building

HVAC Remodel Second Floor North Center Building Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December

More information

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET:

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET: MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO 45459 PHONE: 937-428-8887 / FAX: 937-438-8569 / INTERNET: www.mvcc.net STANDARD CONDITIONS FOR COMPETITIVE BIDDING 1. All

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S Page 11 of 17 G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S The contractor shall provide certificates of insurance in a form acceptable to the Georgia Ports Authority

More information

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017 REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER 2017-08 February 13, 2017 Request for Qualifications: Project 2017-08 Licensed Professional Architectural Services The EVERETT HOUSING AUTHORITY is soliciting

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT CPL 14064.08 BID FORM SECTION 00 300-1 BID FORM BID NUMBER: CH2019-001Dev SUBMITTAL DATE: BY: (Bidder) PROJECT DESCRIPTION: The project consists of the construction of a sidewalk and associated grading,

More information

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

More information

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT Effective August 22, 2018, Addendum No. 1 and the applicable attachment(s) is associated with the Invitation for Bid (IFB) seeking bids

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION SPECIFICATIONS FOR DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST.THOMAS, UNITED STATES VIRGIN ISLANDS JUNE 2016 VIRGIN ISLANDS PORT AUTHORITY

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

TULARE COUNTY OFFICE OF EDUCATION. Router TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.08 La Sierra Military Academy E-Rate Router Issuing Date: 1/17/18 Due Date and Time: 2/27/18 @ 2:00:00 pm Tulare County Office of Education 6200

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

TULARE COUNTY OFFICE OF EDUCATION. Router TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.06 Court Community Schools E-Rate Router Issuing Date: 1/10/18 Due Date and Time: 2/21/18 @ 2:00:00 pm Tulare County Office of Education 6200

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

BID REQUIREMENTS INVITATION TO BID #C19-14

BID REQUIREMENTS INVITATION TO BID #C19-14 BID REQUIREMENTS INVITATION TO BID #C19-14 The Board of Public Education for the City of Savannah and the County of Chatham, the body corporate responsible for public education in the city of Savannah

More information

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS MUST BE SUBMITTED BY 4:00 PM DECEMBER 29, 2016 TO: MR. TONY LENTYCH EXECUTIVE DIRECTOR TRAVERSE CITY

More information

The Housing Authority of the Township of Middletown

The Housing Authority of the Township of Middletown The Housing Authority of the Township of Middletown 2 Oakdale Drive, Middletown, NJ 07748 Telephone: (732) 671-2990 Fax: (732) 671-4828 Susan Thomas, Executive Director Request for Proposals Special RAD

More information

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services...

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services... TABLE OF CONTENTS 2016 Edition PROJECT NAME: SCC - Cherokee Campus - 2017 Sidewalk Improvements PROJECT NUMBER: H59-D891-01-A SECTION NUMBER OF PAGES Table of Contents... 1 SE-310, Invitation for Construction

More information

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

More information

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County REQUEST FOR BIDS RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County Bid Solicitation: #2018-001-063 Bids Due: July 2, 2018 at 5:00 P.M. Housing

More information

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY FEE PROPOSAL FORM Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 To the Trustees of

More information

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building Contract Documents And Specifications For Engler Park Dressing Room Building City of Farmington 110 West Columbia Farmington, Missouri 63640 CITY OF FARMINGTON Department of Parks & Recreation 407 Boyce

More information

University of California, Riverside Barn Expansion

University of California, Riverside Barn Expansion SUBCONTRACT BIDDING DOCUMENTS FOR University of California, Riverside Barn Expansion 950493 TABLE OF CONTENTS Cover Page Table of Contents Advertisement for Bids Instructions to Bidders Information Available

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404) City of Forest Park Request for Proposals for the Forest Park Urban Redevelopment Agency (URA) Installation Ft. Gillem Forest Park, Georgia 30297 Mandatory Pre-Proposal Conference September 29, 2015 at

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

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension ADDENDUM CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID Project Number ITB 18-02-15 Flat Roof Life Extension Central Linn Elementary School Central Linn High School Central Linn School District PO

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

Request for Services Evaluate Cell Tower Lease Rates

Request for Services Evaluate Cell Tower Lease Rates Request for Services Evaluate Cell Tower Lease Rates Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org Cell

More information

BID FOR LUMP SUM CONTRACT

BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

More information

Suite 300 Tenant Improvement

Suite 300 Tenant Improvement BID FORM FOR: Suite 300 Tenant Improvement UNIVERSITY OF CALIFORNIA Office of the President Sacramento, CA 95814 February 19, 2014 BID TO: Pamela Madison, Space Planning Manager University of California,

More information

Fayette County Public Schools. Supplier Diversity Program Contract Forms

Fayette County Public Schools. Supplier Diversity Program Contract Forms Fayette County Public Schools Supplier Diversity Program Contract Forms Marilyn Clark Manager of Economic Development Fayette County Public Schools Department of Economic Development 1126 Russell Cave

More information

Walk-In Freezer/Cooler Replacement at Williamsport High School

Walk-In Freezer/Cooler Replacement at Williamsport High School Bid Cover Sheet Walk-In Freezer/Cooler Replacement at Williamsport High School Bid #2018-28 Procurement Schedule Issue Date: March 7, 2018 Pre-Bid Meeting: Deadline for Written Questions Submission: Bid

More information

MACON-BIBB COUNTY, GEORGIA

MACON-BIBB COUNTY, GEORGIA MACON-BIBB COUNTY, GEORGIA Request for Professional Services (RPS) FOR Consultant to perform Disparity Needs Assessment 14-018-ND MACON-BIBB COUNTY ISSUE DATE: MAY 02, 2014 MBE/WBE/DBE Participation: Minority,

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 PUBLIC WORKS DEPARTMENT BID FORMS FOR ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL

More information

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information

GUTTENBERG HOUSING AUTHORITY

GUTTENBERG HOUSING AUTHORITY GUTTENBERG HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et. seq. PROPOSALS MUST BE SUBMITTED BY Wednesday March

More information

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005.

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005. CITY OF VANCOUVER REQUEST FOR QUOTATION QUOTATION NO. 5 OPENING 3:00 P.M. FEBRUARY 3, 2005 PLEASE QUOTE ON THE FOLLOWING: The following project will be accomplished as a SMALL WORKS PROJECT and will be

More information

REQUEST FOR QUOTE Housing Choice Voucher Technical Assistance

REQUEST FOR QUOTE Housing Choice Voucher Technical Assistance REQUEST FOR QUOTE Housing Choice Voucher Technical Assistance The Housing Authority of the City of Daytona Beach ( HACDB is hereby issuing this Request for Price Quotation in accordance with its small

More information

Housing Authority of the Borough of Keansburg

Housing Authority of the Borough of Keansburg Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Telephone: # 732-787-6151 / Fax: # 732-787-5204 JUDY FERRARO Chairperson MARY FOLEY Vice-Chairperson YOLANDA ANN COMMARATO

More information

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID INVITATION TO BID Office of Finance 100 West First North Street Morristown, TN 37814 INTRODUCTION The City of Morristown is accepting sealed bids for demolition of properties with specifications stated

More information

City of Forest Park Request for Proposals. Secure Access Control Systems

City of Forest Park Request for Proposals. Secure Access Control Systems City of Forest Park Request for Proposals Secure Access Control Systems Mandatory Pre-Proposal Conference March 9, 2016 at 10 am Bid Deadline March 25, 2016, at 2pm Purpose: The City of Forest Park is

More information

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, 30297. Bid Deadline November 3, 2017, at 2pm Purpose: The City of

More information

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK Name of Bidder Business Address Phone No. City/State Zip Code TO THE BOARD OF SUPERVISORS OF hereinafter referred to as,

More information

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways Description: The Litchfield Airport Authority is accepting

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS CITY OF NORTH KANSAS CITY, MO Department of Public Works 2010 Howell Street North Kansas City, Missouri 64116 Telephone: (816) 274-6004 ADVERTISEMENT FOR BIDS Sealed bids for: Construction of a New Parks

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

ADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA

ADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA ADDENDUM NO. 1 Invitation to Bid (ITB) 5517-2018 Asphalt or Site Contractor for Leon County Schools Technology Center Parking Lot Milling and Resurfacing Project SCHOOL BOARD OF LEON COUNTY, FLORIDA ITEM

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor BAY CITY HOUSING COMMISSION 315 14 th Street ~ Bay City, Michigan 48708 (989) 892-9581 fax (989) 892-5818 tdd (800) 545-1833 ext 561 Bid for Replacing Suspended Ceiling Panels at Maloney Manor The Bay

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

Contract Documents. and. Specifications. for. Engler Park Tennis Court Construction

Contract Documents. and. Specifications. for. Engler Park Tennis Court Construction Contract Documents and Specifications for Engler Park Tennis Court Construction City of Farmington 110 West Columbia Farmington, Missouri 63640 CITY OF FARMINGTON Department of Parks 407 Boyce Farmington,

More information

REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR SERVICES for CONSTRUCTION OF THE UTAH COUNTY CONVENTION CENTER

REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR SERVICES for CONSTRUCTION OF THE UTAH COUNTY CONVENTION CENTER UTAH COUNTY PUBLIC WORKS DEPARTMENT 2855 South State Street Provo, Utah 84606 (801) 851-8600 REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR SERVICES for CONSTRUCTION OF THE UTAH

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

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID DO NOT INCLUDE REYCLING FEE IN YOUR BID LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING JULY 6, 2015, 12:00PM EDUCATION CENTER

More information

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study Due date: May 12, 2017 Time: 4:00 pm Receipt Location: 230 Government Center Drive Wilmington, NC 28403 Procurement Contact Person: Name:

More information

PROJECT MANUAL COLLEGE OF SOUTHERN MARYLAND TELECOMMUNICATIONS ROOMS ELECTRICAL & MECHANICAL UPGRADES

PROJECT MANUAL COLLEGE OF SOUTHERN MARYLAND TELECOMMUNICATIONS ROOMS ELECTRICAL & MECHANICAL UPGRADES V a n t a g e T e c h n o l o g y C o n s u l t i n g G r o u p PROJECT MANUAL FOR COLLEGE OF SOUTHERN MARYLAND TELECOMMUNICATIONS ROOMS ELECTRICAL & MECHANICAL UPGRADES Charles County Calvert County St.

More information

INVITATION TO BID The Lodge Indoor Pool Deck Chairs

INVITATION TO BID The Lodge Indoor Pool Deck Chairs INVITATION TO BID The Lodge Indoor Pool Deck Chairs The City of Des Peres is soliciting bids for seventy-five indoor pool deck chairs for The Lodge Des Peres. Bids will be accepted until 1:30 pm on Tuesday,

More information

NOTICE INVITING BIDS

NOTICE INVITING BIDS NOTICE INVITING BIDS RECEIPT OF BIDS: Sealed Bids will be received at the office of the Central Coast Water Authority, at 255 Industrial Way, Buellton, California 93427, until 2:00 p.m. September 4, 2012,

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information

OFFICE OF PROCUREMENT AND CONTRACTING REQUEST FOR PROPOSALS #14-12 MINORITY BUSINESS ENTERPRISE (MBE) COMPLIANCE MANAGEMENT

OFFICE OF PROCUREMENT AND CONTRACTING REQUEST FOR PROPOSALS #14-12 MINORITY BUSINESS ENTERPRISE (MBE) COMPLIANCE MANAGEMENT OFFICE OF PROCUREMENT AND CONTRACTING REQUEST FOR PROPOSALS #14-12 MINORITY BUSINESS ENTERPRISE (MBE) COMPLIANCE MANAGEMENT Issue Date: January 24, 2013 PRE-BID CONFERENCE: N/A BID DUE DATE: DATE: February

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

NORTH OGDEN CITY REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR SERVICES NORTH OGDEN CITY PUBLIC WORKS COMPLEX

NORTH OGDEN CITY REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR SERVICES NORTH OGDEN CITY PUBLIC WORKS COMPLEX NORTH OGDEN CITY REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR SERVICES NORTH OGDEN CITY PUBLIC WORKS COMPLEX Choosing By Advantages Selection Method May 16, 2011 North Ogden Public

More information

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT BOROUGH of PINE HILL SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS December 5, 2017 10:00 A.M. ADDRESS ALL PROPOSALS TO: BUSINESS ADMINISTRATOR

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES I. PURPOSE AND INTENT The City of Easton (hereinafter City ) is currently seeking proposals from qualified Third-Party Agencies (hereinafter

More information

Request for Proposal Snow Plowing Services for the Seasons For the Cohoes Housing Authority

Request for Proposal Snow Plowing Services for the Seasons For the Cohoes Housing Authority Request for Proposal Snow Plowing Services for the 2015-2018 Seasons For the Cohoes Housing Authority The Cohoes Housing Authority (CHA) is seeking bids for snowplowing services and removal, when required,

More information

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS JANUARY 23, 2019 11:00 A.M. ADDRESS ALL PROPOSALS TO: TOWNSHIP ADMINISTRATOR

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013 INVITATION TO BID BUILDING ENVELOPE CONSULTANTS, LLC ALDINE I.S.D. 13010 EMMETT ROAD 14910 ALDINE WESTFIELD ROAD Houston, Texas 77079 HOUSTON, TEXAS 77060 (713) 856-5019 Phone BEC Project No.: 13-0010

More information

SOUTH COLONIE CENTRAL SCHOOL DISTRICT BOARD OF EDUCATION

SOUTH COLONIE CENTRAL SCHOOL DISTRICT BOARD OF EDUCATION Notice to Bidders: The Board of Education of South Colonie Central School District, Albany, New York hereby invites the submission of sealed bids for: ASPHALT MILLING AND PAVING Pursuant to Chapter 472

More information

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION Page 1 OF 6 ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION DEPARTMENT OF TRANSPORTATION POLICY It is the policy of the Department of Transportation that socially and economically disadvantaged

More information

Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes

Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes The Supplement Presentation as of August, 2015 Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes (the full Statutes for Design/Build approaches with an analysis of each) David

More information

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts The Gordon County Board of Commissioners is accepting sealed written bids from qualified vendors to provide Public Works Related Materials and Services. Bid specifications and bid forms are attached. Your

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

Proposal No:

Proposal No: 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 Demolition Asbestos /Abatement of Two (2) Structures

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ Telephone: # / Fax: #

Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ Telephone: # / Fax: # Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Telephone: # 732-787-6151 / Fax: # 732-787-5204 JUDY FERRARO Chairperson DIANE NELSON Vice-Chairperson YOLANDA ANN COMMARATO

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information