GENERAL CONTRACT - PROPOSAL FORM (revised )
|
|
- Janis Powell
- 5 years ago
- Views:
Transcription
1 VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised ) Sealed proposals f lump-sum General Contract will be received at the office of the Procurement & Strategic Sourcing by electronic submission on January 14, 2019, until 2:00 p.m. (local time). The link f bid submission will be posted with the bid details at beginning December 13, Please Note Vends must Pre-qualify themselves when responding to this bid opptunity. Our Prequalification questions can be found on page 4 of this section. OWNER: PROJECT: Board of Governs Wayne State University Rackham Relocations PROJECT NO.: WSU PROJECT NO / PROJECT TYPE: PURCHASING AGENT: OWNER'S REPRESENTATIVE: TO: General Construction Wk Kimberly Tomaszewski, Seni Buyer WSU Procurement & Strategic Sourcing 5700 Cass, Suite 4200 Detroit, Michigan / fax ac9934@wayne.edu & copy leiann.day@wayne.edu Allen Gigliotti, Project Manager Design & Construction Services Facilities Planning & Management Wayne State University 5454 Cass Avenue Detroit, Michigan Board of Governs Wayne State University Detroit, Michigan BASE PROPOSAL: The undersigned agrees to enter into an Agreement to complete the Prentis Building wk of the Rackham Relocations project (WSU Project No ) by APRIL 21, 2019 in accdance with the Bidding Documents f the following amounts (including a $7,000 allowance f flo slab repair): The undersigned agrees to enter into an Agreement to complete the Prentis Building wk of the Rackham Relocations project (WSU Project No ) by MAY 19, 2019 in accdance with the Bidding Documents f the following amounts (including a $7,000 allowance f flo slab repair): FORM OF PROPOSAL FOR THE GENERAL CONTRACT
2 The undersigned agrees to enter into an Agreement to complete the Rands House wk of the Rackham Relocations project (WSU Project No ) by APRIL 21, 2019 in accdance with the Bidding Documents f the following amounts (including a $3,000 allowance f flo slab repair): The undersigned agrees to enter into an Agreement to complete the Rands House wk of the Rackham Relocations project (WSU Project No ) by MAY 19, 2019 in accdance with the Bidding Documents f the following amounts (including a $3,000 allowance f flo slab repair): ALTERNATES: The following alternates to the base proposal(s) are required to be offered by the respective bidder. The undersigned agrees that the following amounts will be added to deducted from the base bid as indicated, f each alternate which is accepted. ALTERNATE NO. 1: Alternate # 1 wk (Replace all ceiling tile throughout project) of the Prentis project and to provide all lab and material associated with the wk in accdance with the Bidding Documents f the following amounts: (select one) ADD DEDUCT ALTERNATE NO. 2: Alternate # 2 wk (Deduct new ceiling in Room 304. Provide f repair of grid and new tile as needed.) of the Prentis project and to provide all lab and material associated with the wk in accdance with the Bidding Documents f the following amounts: (select one) ADD DEDUCT ALTERNATE NO. 3: Alternate # 3 wk (Deduct new counter tops in Room Reuse existing counter tops from Rackham.) of the Prentis project and to provide all lab and material associated with the wk in accdance with the Bidding Documents f the following amounts: FORM OF PROPOSAL FOR THE GENERAL CONTRACT
3 (select one) ADD DEDUCT ALTERNATE NO. 4: Alternate # 4 wk (Deduct new carpet throughout the first flo.) of the Rands project and to provide all lab and material associated with the wk in accdance with the Bidding Documents f the following amounts: (select one) ADD DEDUCT ALTERNATE NO. 5: Alternate # 5 wk (Provide a new fire alarm system on the 3 rd flo, Mezzanine, 1 st flo and Basement.) of the Prentis project and to provide all lab and material associated with the wk in accdance with the Bidding Documents f the following amounts: (select one) ADD DEDUCT ALTERNATE NO. 6: Alternate # 6 wk (Provide a new fire alarm system.) of the Rands project and to provide all lab and material associated with the wk in accdance with the Bidding Documents f the following amounts: (select one) ADD DEDUCT FORM OF PROPOSAL FOR THE GENERAL CONTRACT
4 ALTERNATE NO. 7: Alternate # 7 wk (Provide an air-cooled split air-conditioning unit. [MH-101, MH-102, MH-300]) of the Rands project and to provide all lab and material associated with the wk in accdance with the Bidding Documents f the following amounts: (select one) ADD DEDUCT ALTERNATE NO. 8: Alternate # 8 wk (Provide an energy recovery ventilat [MH-102, MH-300]) of the Rands project and to provide all lab and material associated with the wk in accdance with the Bidding Documents f the following amounts: (select one) ADD DEDUCT UNIT PRICING:: Replace sprinkler heads in the Basement of Prentis per plans and specifications. (per sprinkler head): LAWN REPLACEMENT: The undersigned agrees that, in the event of existing lawn landscaping damage, due to the Contract's wk, that has not been properly addressed and repaired to the satisfaction of the University, the University may repair/replace the lawn and/ landscaping, and that the expense will be at a unit cost of $10.00 per square yard f lawn, and landscaping at a rate of 1.5 times the cost of said repairs, the full cost of which shall be reimbursed by the contract. FORM OF PROPOSAL FOR THE GENERAL CONTRACT
5 CONTRACT CHANGE ORDERS: (revised ) The undersigned agrees to the following pricing fmula and rates f changes in the contract wk: Where changed Wk is perfmed, the Contract may add to the total estimated actual cost f such Wk no me than ten (10%) f subcontract mark-up and seven and one-half percent (7.5%) f self-perfmed trade wk f profit, overhead, insurance, taxes, indirect supervision, bonds, and any other costs not allowed by section Within 14 days of the project s contract execution Contract shall provide to the Owner; Subcontract s hourly lab rate breakdown details. This requirement shall extend to the lowest level of subcontract participation. * Job and general overhead includes supervision and executive expenses; use charges on small tools, scaffolding, blocking, shes, appliances, etc., and other miscellaneous job expenses. ** Net lab cost is the sum of the base wages, fringe benefits established by governing trade ganizations, applicable payroll taxes, and increased expense f contract's liability insurance (Wkman's Compensation, P.L. and P.D.). TIME OF COMPLETION: (revised ) The Contract is expected to be fully executed on about 25 calendar days after successful bidder qualification and recommendation of award. The undersigned agrees to start construction immediately after receipt of a fully executed contract, and to complete the wk as follows: Substantial Completion will be completed no later than April 15, LIQUIDATED DAMAGES: TAXES: ADDENDA: It is understood and agreed that, if project is not completed within the time specified in the contract plus any extension of time allowed pursuant thereto, the actual damages sustained by the Owner because of any such delay, will be uncertain and difficult to ascertain, and it is agreed that the reasonable feseeable value of the use of said project by Owner would be the sum of $500.00, Five Hundred Dollars per day, and therefe the contract shall pay as liquidated damages to the Owner the sum of $500.00, Five Hundred Dollars per day f each day's delay in substantially completing said project beyond the time specified in the Contract and any extensions of time allowed thereunder. The undersigned acknowledges that prices stated above include all applicable taxes of whatever character description. Michigan State Sales Tax is applicable to the wk. Bidder understands that the Owner reserves the right to reject any all bids and to waive infmalities irregularities therein. The undersigned affirms that the cost of all wk covered by the following Addenda are included in the lump sum price of this proposal. CONTRACTOR'S PREQUALIFICATION STATEMENT & QUESTIONNAIRE: FORM OF PROPOSAL FOR THE GENERAL CONTRACT
6 Our Minimum Requirements f Construction Bids are: WSU considers this project: General Construction Wk. Criteria EMR Rating (Experience Modification Rating) Small Project bid less than $50,000 Medium Project bid between $50,001 and $250,000 Large Project bid between $250,001 and $2 million Very Large Project bid greater than $2 million 1.0 Less 1.0 Less 1.0 Less 1.0 Less Bondable Vend N.A. Required Required Required Length of Time in Construction Business 2 Years 3 Years 5 Years 5 Years Demonstrated Experience in Projects Similar in Scope and Price in the last 3 years Unsuccessful Projects on Campus in last 3 years Failure to comply with Prevailing Wage and/ Project Lab requirements Withdrawn University Bid (with without Bond ffeiture) within the last 3 years ** Company currently not in Chapter 11 of the US Bankruptcy Code 1 me 1 me 2 me 3 me None Allowed None Allowed None Allowed None Allowed None Allowed None Allowed None Allowed None Allowed 1 less 1 less 1 less 1 less 1 Year 2 Years 3 Years 3 Years ** Withdrawal of a bid is subject to the University suspension policy, f a period up to one year. Contracts must complete the following infmation to determine their eligibility to participate in this bid. This infmation is required with your Bid to the University Failure to complete this fm in its entirety will result in your bid being disqualified. Check one of the following on the makeup of your company: Cpation Partnership Individual Joint Venture Other (Explain below): FORM OF PROPOSAL FOR THE GENERAL CONTRACT
7 Diversity Classification: Please indicate the appropriate diversity classification f your company. The University recognizes the following groups as diverse disadvantaged: Majity Owned Minity Business Enterprises (MBE) Women Business Enterprises (WBE) Disabled Veteran Enterprises (DVBE) Disabled Person Enterprises (DBE) Veteran Owned Businesses (VBE) Small Businesses per the US Small Business Administration (SBE) Other (Please Explain): 1. How many years has your ganization been in business as a contract? 2. How many years has your ganization been in business under its present business name? 3. List states in which your ganization is legally qualified to do business. 4. Provide the Name and Address of your Liability Insurance Carrier. 5. What is your current EMR Rating? The minimum requirement is an EMR Rating of 1.0 less f all projects. Bidders with a rating higher than 1.0 understand that their bid may be disqualified, at the sole discretion of the University. 6. What percentage of wk perfmed on projects are by company employees; excluding any hired subcontracting and outsourced relationships, f the bid submitted? % 7. What percentage of wk perfmed on your companies behalf are by subcontracted business relationships; disallowing 1099 contracting wk fces, f the bid submitted? % 8. Have you ever failed to complete any wk awarded to you? If so, attach a separate sheet of explanation. Include the name of the Project, the customer, the dates of the wk, and the amount of the contract? 9. Have you withdrawn a bid after a University bid opening and/ refused to enter into a contract with the University upon notification of award within the last 3 years? If so, state the Project Name and Number, and the date of bid submission below. 10. Has any officer partner of your ganization ever been an officer partner of another ganization that failed to complete a construction contract? If so, attach a separate sheet of explanation. 11. List the construction experience of the principals and superintendents of your company. Name: Title: Name: Title: FORM OF PROPOSAL FOR THE GENERAL CONTRACT
8 Name: Title: 12. List the construction Projects, and approximate dates, when you perfmed wk similar in Scope to this project. Project: Owner: Contract Amount: Date Completed: Project: Owner: Contract Amount: Project: Contract Amount: Date Completed: Owner: Date Completed: 13. List the construction Projects, and approximate dates, when you perfmed wk similar in Dollar Amount to this project. Project: Owner: Contract Amount: Date Completed: Project: Owner: Contract Amount: Date Completed: Project: Owner: Contract Amount: Date Completed: NAME: 14. Is your Company bondable? Yes No 15. What is your present bonding capacity? $ 16. Who is your bonding agent? ADDRESS: PHONE: ( ) CONTACT: 17. Does your company agree to provide financial repts to the University upon request? Failure to agree may result in disqualification of your bid. Yes No FORM OF PROPOSAL FOR THE GENERAL CONTRACT
9 18. Does your company agree that all of the Terms and Conditions of this RFP and Vend s Response Proposal become part of any ensuing agreement? Yes No 19. Does your company agree to execute a contract containing the clauses shown in Section Agreement Between Contract and Owner f Construction? Yes No If No, clearly note any exceptions to any infmation contained in the contract documents and include with your proposal. 20. Did your company quote based upon Prevailing Wage Rates? Yes No 21. Does your company agree to comply with the University Smoke and Tobacco Free Policies? Yes No Note: Contracts submitting proposals f this project may, at the discretion of the University, be required to submit references including contact infmation to be used to assist in the post bid evaluation process f the subject project ACKNOWLEDGEMENT OF MINIMUM QUALIFICATIONS: The undersigned has read and understands the minimum qualifications f University construction projects, and has completed the Prequalification section completely and accurately. The undersigned understands that a contract, who fails to meet the minimum qualifications in the categy identified f this project, will be disqualified from consideration f the project. ACCEPTANCE OF PROPOSAL: The undersigned agrees to execute a Contract, being the Wayne State University standard fm titled "Agreement Between Contract and Owner f Construction" (see section of the bid documents), provided that we are notified of the acceptance of our Proposal within sixty (60) days of the date set f the opening thereof. The undersigned below understands that the bid will be disqualified if the Prequalification infmation above is not completed in its entirety. NAME OF COMPANY: OFFICE ADDRESS: PHONE NUMBER: DATE FAX NUMBER: SIGNED BY: Signature (Please print type name here) TITLE FORM OF PROPOSAL FOR THE GENERAL CONTRACT
GENERAL CONTRACT - PROPOSAL FORM (revised )
VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Sealed proposals for lump-sum General Contract will be received at the office of the Procurement & Strategic Sourcing by electronic submission
More informationAddendum #4 To Request for Proposal For Elliman Fume Hood Relocation: Project Dated 08/21/2018
Division of Finance and Business Operations Procurement & Strategic Sourcing 5700 Cass Avenue, suite 4200 Detroit, Michigan 48202 (313) 577-3734 FAX (313) 577-3747 September 20, 2018 Addendum #4 To Request
More informationAddendum #3 To Request for Proposal For Social Work Roof Replacement: Project Dated May 17, 2018
Division of Finance and Business Operations Procurement & Strategic Sourcing 5700 Cass Avenue, suite 4200 Detroit, Michigan 48202 (313) 577-3734 FAX (313) 577-3747 June 8, 2018 Addendum #3 To Request for
More informationBASE 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 informationAddendum #1 To Request for Proposal For Elliman Air Handling Units Upgrade: Project
Division of Finance and Business Operations Procurement & Strategic Sourcing 5700 Cass Avenue, suite 4200 Detroit, Michigan 48202 (313) 577-3734 FAX (313) 577-3747 October 24, 2018 Addendum #1 To Request
More informationAddendum #1 To Request for Proposal For Multidisciplinary Biomedical Research Building Bid Pack 4: Project Dated March 13, 2013
Division of Finance and Business Operations Procurement & Strategic Sourcing 5700 Cass Avenue, suite 4200 Detroit, Michigan 48202 (313) 577-3734 FAX (313) 577-3747 March 21, 2013 Addendum #1 To Request
More informationWayne State University. Chatsworth Interior Painting. WSU Project Number Prevailing Wage Work
Division of Finance and Business Operations Wayne State University WSU Project Number 136-269491 Prevailing Wage Work FOR: Board of Governors Wayne State University Detroit, Michigan Owner's Agent: Kimberly
More informationWayne State University. Rebid - Parking Lot 12 Improvements. WSU Project Number Prevailing Wage Work
Division of Finance and Business Operations Wayne State University Rebid - Parking Lot 12 Improvements WSU Project Number 999-274013 Prevailing Wage Work FOR: Board of Governors Wayne State University
More informationWayne State University. WSU Project Number Prevailing Wage Work
Division of Finance and Business Operations Wayne State University WSU Project Number 056-293338-2 Prevailing Wage Work FOR: Board of Governors Wayne State University Detroit, Michigan Owner's Agent: Robert
More informationWayne State University. Max Jacob House Gutter, Fascia & Soffit Repair. WSU Project Number Prevailing Wage Work
Division of Finance and Business Operations Wayne State University WSU Project Number 033-251588 Prevailing Wage Work FOR: Board of Governors Wayne State University Detroit, Michigan Owner's Agent: Valerie
More informationWayne State University. Carpet UGL and Law Library Replacement. WSU Project Number / Prevailing Wage Work
Division of Finance and Business Operations Wayne State University Carpet UGL and Law Library Replacement WSU Project Number 096-247851-2 / 046-261745 Prevailing Wage Work FOR: Board of Governors Wayne
More informationWayne State University. Advanced Technology Education Center Abatement. WSU Project Number Project Labor Work
Division of Finance and Business Operations Wayne State University WSU Project Number 556-195246-6 Project Labor Work FOR: Board of Governors Wayne State University Detroit, Michigan Owner's Agent: Robert
More informationPREDETERMINATION OF RESPONSIBILITY UNIVERSITY OF PITTSBURGH {SALK HALL RENOVATION PHASE II} DGS PROJECT NO. { }
PREDETERMINATION OF RESPONSIBILITY UNIVERSITY OF PITTSBURGH {SALK HALL RENOVATION PHASE II} DGS PROJECT NO. {1103-385.4} BID PACKAGE {ELECTRICAL CONSTRUCTION} STATEMENT OF BIDDERS QUALIFICATIONS (Predetermination
More informationBID 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 informationNOTICE TO BIDDERS. hereinafter referred to as the Professional Services Consultant.
NOTICE TO BIDDERS THE BIDDING AND CONTRACT PROVISIONS Document 00 10 00 - Notice to Bidders (Standard Contract Set) The Board of Trustees of the University of Illinois, hereinafter referred to as the "Owner,"
More informationSECTION 1.A 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 informationSAN 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 informationDALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR
DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR LIFE SAFETY UPGRADE OF FLIGHT SERVICES FACILITY AND EXECUTIVE CONFERENCE ROOM IN TERMINAL A CONTRACT
More informationREQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1
A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The
More information2017 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 informationDocument A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A
Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:
More informationCity 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 informationEXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES
EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES 1. All prospective Contractors must; be State of Connecticut licensed for this work; demonstrate a minimum of 5 years
More informationSuite 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 informationMACON-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 informationPREQUALIFICATION OF PROSPECTIVE BIDDERS
SUBCONTRACTOR S STATEMENTS OF EXPERIENCE Company Name: Contact Person: Email: Address: City/State/Zip: Website Address: Telephone: Contractor License.: Fax: Type(s): Business Type: Corporation Partnership
More informationAlameda Corridor Maintenance Services RFP. Pre-Proposal Meeting
Alameda Corridor Maintenance Services RFP Pre-Proposal Meeting September 5, 2018 Disclaimer: If there is any conflict between the information contained in the presentation and that contained in the RFP,
More informationREQUEST FOR PROPOSALS (RFP) FOR GROUNDS MAINTENANCE SNOW REMOVAL LANDSCAPING. RFP Release Date: October 17, Proposal Due Date: October 31, 2017
REQUEST FOR PROPOSALS (RFP) FOR GROUNDS MAINTENANCE SNOW REMOVAL LANDSCAPING RFP Release Date: October 17, 2017 Proposal Due Date: October 31, 2017 SOUTHEAST MICHIGAN COMMUNITY ALLIANCE (SEMCA) 25363 Eureka
More informationSubcontractor Qualification Questionnaire
N44255 15 R 6004 Building 435 Central Fire Station Seismic Upgrades, Naval Base Kitsap, Bremeron, WA DM15004 Subcontractor Qualification Questionnaire Complete this form (adding attachments as necessary)
More informationB. B.E.P.D. means an entity certified as a Business enterprise owned or operated by people with disabilities as defined in MCC
CITY OF CHICAGO Department of Procurement Services Jamie L. Rhee, Chief Procurement Officer 121 North LaSalle Street, Room 403 Chicago, Illinois 60602-1284 Fax: 312-744-3281 TARGET MARKET SPECIAL CONDITIONS
More informationSend or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California
April 27, 2017 Subject: Request for Proposals Engineering Design Services and Construction Management for the Sewer Lining Project on Cypress, Essexfells, Vega, and Florentina. The City of Alhambra is
More informationUnion County. Invitation for Bid # Agricultural Center Ceiling Replacement
Union County Invitation for Bid # 2015-026 Agricultural Center Ceiling Replacement Due Date: February 5, 2015 Time: 2:00pm Receipt Location: Government Center, 500 N. Main Street, Administrative Services,
More informationPHILADELPHIA REDEVELOPMENT AUTHORITY REQUEST FOR PROPOSALS
PHILADELPHIA REDEVELOPMENT AUTHORITY REQUEST FOR PROPOSALS S E P T E M B E R 6, 2 0 1 7 Quality assurance/construction monitoring services for approximately 36 publicly-owned houses on the 6200 blocks
More informationDISADVANTAGED BUSINESS ENTERPRISE
DISADVANTAGED BUSINESS ENTERPRISE I. Policy It is the policy of the City of Gardena that Disadvantaged Business Enterprises (DBEs) shall have the maximum opportunity to participate in contracts and subcontracts.
More information5. 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 informationRequest for Proposal # Grinding and Processing Services for Yard/Pallet Waste
Request for Proposal #2019-020 Grinding and Processing Services for Yard/Pallet Waste Due Date: October 23, 2018 Time: 2:00 pm Receipt Location: Government Building 500 N. Main Street, Suite #709 Administrative
More informationPRE-QUALIFICATION REQUIREMENTS FOR BIDDERS Qualification Criteria
PRE-QUALIFICATION REQUIREMENTS FOR BIDDERS Qualification Criteria Contractors desiring to bid are required to complete the attached BIDDER QUALIFICATION QUESTIONNAIRE. These forms will be used to determine
More informationADDENDUM #5 NIB #
HVAC Replacement Project at the District Office Construction Services ADDENDUM #5 THIS ADDENDUM INCLUDES: Due to delay at DSA, the project time line is revised as follows: 1) NIB TIME LINE revised: Replace
More informationALL BIDS MUST BE EXTENDED AND TOTALED. (SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS)
BID FORM MISSOURI DEPARTMENT OF TRANSPORTATION 3602 North Belt Highway St. Joseph, Missouri 64506-1399 REQUEST NO. DATE 06/25/14 PAGE NO. NW-15-002 1 NO. OF PAGES SEALED BIDS, SUBJECT TO THE ATTACHED CONDITIONS
More informationRequest for Qualifications
Request for Qualifications Issued: December 2, 2016 City Auditorium Bathroom Remodel Project Design-Build Project STATEMENTS OF QUALIFICATIONS ARE DUE BY 3:00 P.M. TUESDAY, JANUARY 10, 2017 1.0 REQUEST
More informationPREQUALIFICATION QUESTIONAIRE
CITY HALL FIRST FLOOR COMMUNITY DEVELOPMENT REMODEL PREQUALIFICATION QUESTIONAIRE PROJECT DESCRIPTION Beverly Hills Community Development Facility was last remodeled in 2007, and contains approximately
More informationTOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS
TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007
More informationREQUEST FOR PROPOSAL
SKOKIE-MORTON GROVE SCHOOL DISTRICT 69 REQUEST FOR PROPOSAL Skokie-Morton Grove District 69 will accept sealed proposals for: Audit Services Submit your proposals to the attention of: Mr. Justin Attaway,
More informationBid 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 informationHEATING AND COOLING SYSTEM MAINTENANCE
TOWN OF HOPKINTON HEATING AND COOLING SYSTEM MAINTENANCE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS Heating
More informationRequest for Proposal # Postage Meter Lease & Maintenance Service
Request for Proposal # 2018-025 Postage Meter Lease & Maintenance Service Due Date: October 19, 2017 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500
More informationREQUEST FOR PROPOSAL RFP #14-03
Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM
More informationWayne 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 informationREQUEST FOR BID PROPOSALS
REQUEST FOR BID PROPOSALS FOR EASTERN OREGON TRADE AND EVENT CENTER PROJECT BID ISSUANCE #8 LANDSCAPING AND IRRIGATION Hermiston, Oregon February 12, 2016 Eastern Oregon Trade and Event Center BID ISSUANCE
More informationR Description
Request f Quotation FEIN/SSN:... n Marshall University Quote # Office of Purchasing One John Marshall Drive Huntington, WV 25755-4100 Direct all inquiries regarding this der to: (304) 696-2819 Phone: Fax:
More informationInvitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by
THE COMMUNITY AND ECONOMIC DEVELOPMENT ASSOCIATION OF COOK COUNTY, INC. Invitation for Bid Specification For Motor Vehicle Storage For CEDA Weatherization Bid Submitted by Bidder: Phone No. Address: Contact
More information(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 informationHABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA
HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA 30523 706-839-0200 www.habershamga.com REQUEST FOR PROPOSALS Habersham County Office of County Commissioners
More informationInstructions to Bidders Page 1
INSTRUCTIONS TO BIDDERS FOR EASTERN WASHINGTON UNIVERSITY FACILITY CONSTRUCTION PART 0 GENERAL CONDITIONS 0.01 EXPLANATION TO PROSPECTIVE BIDDERS A. Any prospective bidder desiring an explanation or interpretation
More information(e-procurement System)
B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69
More informationTOWN OF LINCOLN GENERAL SPECIFICATIONS
TOWN OF LINCOLN GENERAL SPECIFICATIONS 1. RECEIPT AND OPENING OF PROPOSALS Sealed bids (proposals) will be accepted in the office of the Finance Director, Town Hall, Lincoln, Rhode Island, until the time
More informationMadera Unified School District
Madera Unified School District Contractor Prequalification Procedures Prequalification Application PREQUALIFICATION PROCEDURES tice is hereby given by Madera Unified School District ( District ) that general
More informationRequest for Bid/Proposal
Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu
More informationREQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC
REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR
More informationUNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS
UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE
More informationLisa Alderson, Contracts and Procurement Supervisor
TO: FROM: Prospective Offerors Lisa Alderson, Contracts and Procurement Supervisor SUBJECT: Addendum No. 2 Request for Proposals P38-160 DATE: July 18, 2018 This addendum provides responses to prospective
More informationRequest for Risk Management and Insurance Broker Services
TO: Prospective Vendors DATE: 08/01/ SUBJECT: Services Request for Proposal for Risk Management and Insurance Brokerage You are invited to submit Proposals for Risk Management and Insurance Brokerage Services
More informationREQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL
Request for Proposals (RFP) SAU #44 and the Nottingham School District REQUEST FOR PROPOSAL ( RFP ) RFP NOTT 05-17 INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL SAU #44 and the Nottingham School District
More informationREQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS
REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS 1. INTRODUCTION Van Dyke Public Schools is requesting proposals from Energy Services Companies (ESCOs)
More informationCONTRACTOR PRE QUALIFICATION QUESTIONNAIRE
CONTRACTOR PRE QUALIFICATION QUESTIONNAIRE Contractors seeking to provide subcontractor related services to HAKS must complete this form and submit it to HAKS Marketing Department (marketing@haks.net)
More informationREQUEST FOR PROPOSALS. For LEASE-LEASEBACK CONSTRUCTION SERVICES. For SUTTER HVAC REPLACEMENT
Business Services Contracts Office 5735 47 th Avenue, Sacramento, CA 95824 (916) 643-2464 Jorge Aguilar, Superintendent Gerardo Castillo, Chief Business Officer REQUEST FOR PROPOSALS For LEASE-LEASEBACK
More informationEXPERIENCE AND QUALIFICATION STATEMENT OF
EXPERIENCE AND QUALIFICATION STATEMENT OF (Legal Name of Bidder) SUBMITTED TO: Oakland County Water Resources Commissioner Building 95 West One Public Works Drive Waterford, Michigan 48328-1907 REGARDING:
More informationREQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract
REQUEST FOR QUOTATIONS 2018 Tree Maintenance Program Bucket Truck and Stump Grinding Contract April 2018 Quotes shall be submitted by completing this document and placing it in a sealed, opaque envelope,
More informationTHE 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 informationSubcontractor Prequalification Checklist
Subcontractor Prequalification Checklist The following information is required by Gilmore Construction in order to qualify your bid and / or enter into a Contract Agreement: Completed Subcontractor s Pre-qualification
More informationAdministered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08
Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December
More informationPURCHASING DEPARTMENT
Jacqueline M. Izzo MAYOR Logan Fournier PURCHASING AGENT PURCHASING DEPARTMENT ROME CITY HALL 198 N. WASHINGTON STREET ROME, NEW YORK 13440-5815 (315) 339-7665 FAX (315) 838-1165 www.romenewyork.com BID
More informationINVITATION 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 informationEL RANCHO UNIFIED DISTRICT PREQUALIFICATION QUESTIONNAIRE PACKET
EL RANCHO UNIFIED DISTRICT PREQUALIFICATION QUESTIONNAIRE PACKET In accordance with California Public Contract Code section 20111.6, all prime or general contractors and mechanical, electrical and plumbing
More informationREQUEST FOR PROPOSAL Project with Construction Manager Services At Risk with Guaranteed Maximum Price
REQUEST FOR PROPOSAL Project with Construction Manager Services At Risk with Guaranteed Maximum Price Dining Center Replacement Building Project MA-1014 Revised October, 2010 REQUEST FOR PROPOSALS FOR
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Lawn Care Maintenance Services Academy for Classical Education 5665 New Forsyth Rd. Macon, Georgia 31210 PROPOSAL SUBMISSION DEADLINE IS 5:00PM EDT, FRIDAY, MAY 15, 2017 TABLE OF
More informationHAMTRAMCK PUBLIC SCHOOLS REQUEST FOR PROPOSAL HEATING, VENTILATION, AIR CONDITIONING ELECTRICAL, PLUMBING, CARPENTRY & GROUNDS SERVICES
HAMTRAMCK PUBLIC SCHOOLS REQUEST FOR PROPOSAL HEATING, VENTILATION, AIR CONDITIONING ELECTRICAL, PLUMBING, CARPENTRY & GROUNDS SERVICES Hamtramck Public Schools is seeking sealed proposals for the provision
More informationCONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE
SECTION 1: CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE Contractors seeking to provide construction services to HAKS must complete this form and submit it to HAKS Marketing Department (marketing@haks.net)
More informationB. The Bid is made in compliance with the Bidding Documents.
SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are
More informationCHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )
CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF
More informationINVITATION 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 informationPlanning and Project Management
U of R Project : U of R Project Number: 1.1 GENERAL A. Pursuant to and in compliance with your Invitation to Bidders and the Information to Bidders relative thereto and all of the Contract Documents including
More informationTOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES
TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting
More informationPrequalification Questionnaire
Prequalification Questionnaire MODESTO CITY SCHOOLS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE MEP SUBCONTRACTORS (Date) Pursuant to Public Contract Code section 20111.6, each prospective contractor
More informationONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY
ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY I. INTRODUCTION The Onondaga County Water Authority ( OCWA ) was created as a public benefit corporation, pursuant to Public Authorities Law Article 5,
More informationINVITATION 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 informationHouston 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 informationRequest For Proposal for: The New School of Business Administration. Schedules. August 19, 2015
Request For Proposal for: The New School of Business Administration Schedules Schedule A: Schedule B: Schedule C: Schedule D: Proposal Certification, Non-Collusion Affidavit, Vendor Acknowledgement Insurance
More informationPARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION
PARTNERS 13-107 PROJECT IDENTIFICATION 000000-1 PROJECT IDENTIFICATION PROJECT: CITY OF NEW BALTIMORE DPS BUILDING ADDITION OWNER: CITY OF NEW BALTIMORE 36535 Green Street New Baltimore, MI 48047 ARCHITECT:
More informationCompany 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 informationLEGAL 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 informationREQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401
REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION
More informationSILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES
SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District
More informationAttachment 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 informationDAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance
DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS
More informationCHEROKEE 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 informationOppenheimer 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 informationCHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:
CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS
More informationRequest for Proposal. Vehicle Maintenance Garage MEP Improvements (35 Clove Road Site) Lump Sum Construction
Montclair, NJ 07043-1624 Request for Proposal for Vehicle Maintenance Garage MEP Improvements (35 Clove Road Site) Lump Sum Construction Project No. 1021 March 5, 2012 TABLE OF CONTENTS Request for Proposal
More informationAIA Document A701 TM 1997
Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,
More information