M e t r o p o l i t a n S t a t e H o s p i t a l

Size: px
Start display at page:

Download "M e t r o p o l i t a n S t a t e H o s p i t a l"

Transcription

1 Page 1 of 21 M e t r o p o l i t a n S t a t e H o s p i t a l S. Bloomfield Avenue, Norwalk, CA (562) REQUEST FOR QUOTE This Request for Quote must be signed, completed, and returned to Metropolitan State Hospital by June 14, 2013 by 3:00 p.m. one of the following ways: Mail: Metropolitan State Hospital Attention: Margo Liner/General Services 3 rd Floor, Administration Building South Bloomfield Avenue Norwalk, CA Margo.Liner@msh.dsh.ca.gov Facsimile*: (562) *Facsimile machine quotes will be considered only if they are sent to (562) Quotes sent to any other fax number will not be considered. To be considered, all pages of a faxed quote must be completely received prior to the quote due date and time specified in this solicitation. Please be advised that there is a heavy demand placed on the fax machine receiving quotes, and that Metropolitan State Hospital assumes no responsibility if a bidder cannot transmit their quote via fax, or if the entire quote is not received prior to the quote due date and time. If you have any questions, please contact Margo Liner, (562) By submitting this quote, the Contractor agrees that: 1. Contractor s all-inclusive quote is submitted as detailed in the Cost Sheet. 2. The signature affixed hereon and dated certifies compliance with all the requirements of this quote document. The signature below authorizes the verification of this certification. 3. Quote responses that reference a supplier s own terms and conditions or provisions will be considered nonresponsive and will be rejected. 4. The Department of State Hospital, may require bidder(s) to submit evidence of their qualifications at such times and under conditions, as it may deem necessary. The question of whether a particular bidder is a responsible bidder may involve an evaluation of the bidder s experience, type of facility, expertise or financial resources regarding the particular services requested by the pertinent solicitation. If a bidder has been determined to be non-responsible, the quote shall be rejected.

2 Page 2 of 21 By submitting this quote, the Contractor agrees that (continued): 5. Note that all agreements entered into with the State of California will include by reference General Terms and Conditions and Contractor Certification Clauses that may be viewed and downloaded at Internet Site: If you do not have Internet access, a hard copy can be provided by contacting the person listed above. 6. It is unlawful for any persons engaged in business within this State to sell or use any article or product as a loss leader as defined in Section of the Business and Professions code. 7. The awarding agency may modify the RFQ, prior to the date fixed for submission of quotes, by the issuance of an addendum to all parties who received a quote package. 8. Before submitting a response to this solicitation, bidders should review, correct all errors, and confirm compliance with the RFQ requirements. 9. The State does not accept alternate contract language from a prospective contractor. A quote with such language will be considered a counter proposal and will be rejected. The State s General Terms and Conditions (GTC) are not negotiable. 10. Costs for developing quotes and in anticipation of award of the agreement are entirely the responsibilities of the bidder and shall not be charged to the State of California. 11. No oral understanding or agreement shall be binding on either party. To be considered responsive, pages 6 to 19 must be completed and returned, as well as proof that the Contractor meets all Bidder Minimum Qualifications as defined on page 5. Proposed Term of Contract 1. The anticipated term of this contract resulting from this RFQ will be from June 24, 2013, or upon approval from (MSH) to August 31, The term of the contract may change if MSH makes an award earlier than expected or if MSH cannot execute the contract in a timely manner due to unforeseen delays. 3. The contract resulting from this RFQ shall be of no force or effect until it is signed by both parties and approved by DGS. The Bidder awarded a contract is advised not to commence performance until a contract award has been made, all approvals have been obtained, and the awarded contract has been fully executed. Should performance commence, before all approvals are obtained, services will be considered to have been volunteered. 4. The awarding agency reserves the right to reject all quotes. The agency is not required to award an agreement. THE REST OF THIS PAGE IS BLANK

3 Page 3 of 21 Scope of Work 1. Contractor agrees to provide the Department of State Hospitals Metropolitan (MSH) with installation of emergency power circuits, exclusively for the Personal Duress Alarm System (PDAS) project. 2. The services shall be performed at Metropolitan State Hospital, Bloomfield Ave., Norwalk, CA The services shall be provided during normal business hours Monday through Friday, 8:00 a.m. through 4:30 p.m., or a schedule that is mutually agreed upon by both parties, except state observed holidays. 4. Contractor agrees to supply all labor, equipment, materials, supplies, personnel, license and permits, and insurance necessary or required to provide installation of approximately twenty-six (26) power outlets (1-phase, 120v 20amp) to serve the PDAS in accordance to California Building Code Title 24 as follows: A. CTW Units 402, 404, 406, and 408 (Room 126A to Room 137 in each Unit); 410, 412, 414, and 416 (Room 226A to Room 237 in each Unit) i. Installation of 120V 20A E-power to eight (8) IDF s in patient occupied Units ii. Installation of 100ft. or more of #12 THHN Cable iii. Installation of 100ft. or more of wire mold 2400 raceway or conduit iv. Installation of 1-Quad electrical outlet for E-power v. Provide and install eight (8) circuit breakers to match the existing panel for each location vi. Return the system back to its original state and ensure proper operation B. CTE Units 401, 403, 405, and 407 (Room 133 to Room 137 in each Unit); 409, 411, 413, and 415 (Room 233 to Room 237 in each Unit) i. Installation of 120V 20A E-power to eight (8) IDF s in patient occupied Units ii. Installation of 50ft. or more of #12 THHN Cable iii. Installation of 50ft. or more of wire mold 2400 raceway or conduit iv. Installation of 1-Quad electrical outlet for E-power v. Provide and install eight (8) circuit breakers to match the existing panel for each location vi. Return the system back to its original state and ensure proper operation C. Units 417, 418, 419, and 420 (Room 141 in each Unit) i. Installation of 120V 20A E-power to eight (8) IDF s in patient occupied Units ii. Installation of 30ft. or more of #12 THHN Cable iii. Installation of 30ft. or more of wire mold 2400 raceway or conduit iv. Installation of 1-Quad electrical outlet for E-power v. Provide and install four (4) circuit breakers to match the existing panel for each location vi. Return the system back to its original state and ensure proper operation

4 Scope of Work (Continued) Department of State Hospitals - Metropolitan Page 4 of 21 D. Units 101 and 102 (E panel in the corridor to Room 14 or 15 in each unit) i. Installation of 120V 20A E-power to eight (8) IDF s in patient occupied Units ii. Installation of 100ft. or more of #12 THHN Cable iii. Installation of 100ft. or more of wire mold 2400 raceway or conduit iv. Installation of 1-Quad electrical outlet for E-power v. Provide and install two (2) circuit breakers to match the existing panel for each location vi. Return the system back to its original state and ensure proper operation E. Units 105, 106, 107, and 108 (E panel in the corridor to Room 17 in each Unit) i. Installation of 120V 20A E-power to eight (8) IDF s in patient occupied Units ii. Installation of 10ft. or more of #12 THHN Cable iii. Installation of 10ft. or more of wire mold 2400 raceway or conduit iv. Installation of 1-Quad electrical outlet for E-power v. Provide and install four (4) circuit breakers to match the existing panel for each location vi. Return the system back to its original state and ensure proper operation 5. Contractor shall maintain in effect at all times, during the term of this Agreement a valid Certificate of Insurance in accordance with Exhibit F Insurance Requirements. 6. Contractor shall maintain in effect at all times during the term of this Agreement current licenses, certifications, and permits in accordance with Federal, State, and local government requirements. 7. MSH Contract Manager shall provide a full orientation of all MSH rules and regulations. 8. Contractor agrees to acknowledge and adhere to MSH rules, regulations, policies and procedures. 9. Contractor shall be aware that they are to bring no cell phone with camera capabilities behind the secured area nor shall any Contractor or their employees have the ability to take pictures or video anywhere on MSH grounds without the written consent of the Executive Director. 10. Contractor shall be aware that MSH is a tobacco free facility. Smoking is prohibited in all areas of the hospital, there are no exceptions. 11. Contractor is advised that tan, brown, and khaki clothing will prevent entry to secured compounds of the hospital. 12. Contractor must be prepared to display a list of tools in their possession, when entering and exiting secured compounds of the hospital. 13. All work shall be coordinated and approved by the Contract Manager. In the event additional work shall be required, the Contractor shall provide the Contract Manager with a written estimate for review and approval prior to commencing the work. 14. Contractor and/or Contractor's service staff MUST be able to pass a background check with the State of California to be eligible for a contractor identification badge (ID). The ID badge will allow the Contractor to act as an independent service provider. Contractor and service staff, (if applicable), shall submit to the background check within ten (10) business days upon execution of the contract and provide MSH with proof of submission. Failure to do so will result in termination of the contract. Background check shall be completed at the Contractor's expense. The Contractor and/or service staff shall submit to a LIVE SCAN background check at the Contractor s choice of Law Enforcement Agency. It is the responsibility of the Contractor to obtain Metropolitan State Hospital's ORI Number, which will direct the return

5 Scope of Work (Continued) Department of State Hospitals - Metropolitan Page 5 of 21 results to MSH. Contractor shall obtain a Request for Live Scan Service Form from Metropolitan State Hospital s General Services Department, which will include the Hospital s ORI Number, for the Law Enforcement agency conducting the LIVE SCAN process. 15. Contractor shall provide annual proof of tuberculosis screening to the Medical Services Department in accordance with the California Code of Regulations, Title 22. Testing shall be completed at the Contractor s expense. 16. Contractor shall comply with state prevailing wage law, Chapter 1 of Part 7 of Division 2 of the Labor Code, commencing with Section 1720 and Title 8, California Code of Regulations, Chapter 8, Subchapter 3, commencing with Section 16000, for any public works (as that term is defined in the statues) performed on the Project funded by this Agreement. For purpose of compliance with prevailing wage law, the Contractor shall comply with provisions applicable to an awarding body. Compliance with state prevailing wage law includes without limitation: payment of at least prevailing wage as applicable; overtime and working hour requirements; apprenticeship obligations; payroll recordkeeping requirements; and other obligations as required by law. 17. Contractor shall supply a warranty/guarantee covering labor, materials, and workmanship on all work accomplished under these specifications for a period of one (1) year, commencing on the acceptance date. A copy of the warranty shall be sent to: Department of State Hospitals Metropolitan State Hospitals Attn: General Services Margo Liner S. Bloomfield Ave. Norwalk, CA Bidder Minimum Qualifications Each bidder and/or their subcontractor shall meet the following minimum qualifications. If the bidder and/or subcontractor do not meet the minimum qualifications, the quote may be deemed non-responsive and rejected without further review. A. All bidders are required to submit evidence of their appropriate current licenses, permits, and certification with the quote package: i. Bidders operating within the State of California shall meet all terms and conditions for operating a business in the city/county in which the business is headquartered and provide evidence of that right (e.g. a valid Business License). iii. Contractor must have a current and valid C-10 Electrical Contractor License as issued by the State of California Contractors State Licensing Board. B. All bidders are required to submit proof, with the quote package, of the following: i. Contractor shall submit Bidder s References (attached) and they may be checked to verify work experience. ii. Contractor shall submit a Statement of Qualifications (attached). Contractor and Contractor s personnel must possess a minimum of five (5) years of experience.

6 Cost Sheet Department of State Hospitals - Metropolitan Page 6 of 21 Please read the Scope of Work and quote accordingly. The cost sheet listed below is based on an estimated volume of services, to be provided by Contractor, and is not binding on the contracting agency. The estimated volume of services is not a guarantee, neither expressed nor implied, on the actual volume of monthly services that shall be required for this contract. June 24, 2013 August 31, 2013 Description Labor and Material for installation of emergency power circuits as described in the Scope of Work $ Cost Billing cycle: Monthly Quarterly Semi-Annually Annually Note: All services performed are paid in arrears according to billing cycle indicated above.

7 Page 7 of 21 Quote/Bidder Certification Sheet This Bid/Bidder Certification Sheet must be signed and returned along with all the attachments as an entire package. By signing below, I certify: 12. My all-inclusive bid is submitted as detailed in Attachment 3, Cost Sheet. 13. All required attachments are included with this Certification Sheet. 14. I have reviewed the Bidder Instructions (GSPD-451) at: The signature affixed hereon and dated certifies compliance with all the requirements of this bid document. The signature below authorizes the verification of this certification. An Unsigned Quote/Bidder Certification Sheet May Be Cause for Rejection 1. Company Name 2. Telephone Number 3. Address (street number/state/zip code) ( ) 2a Fax Number ( ) Indicate your organization type: 4. Sole Proprietorship 5. Partnership 6. Corporation Indicate the applicable employee and corporation number: 7. Federal Employee ID No. (FEIN): 8. California Corporation No. 9. Indicate applicable license and/or certification information: 10. Bidder s Name (Print) 11. Title 12. Signature: 13. Date 14. Are you certified with the Department of General Services, Office of Small Business Certification and Resources (OSDC) as a: a. California Small Business No Yes b. Disabled Veteran Business Enterprise No Yes If yes, enter certification number: If yes, enter your service code number: NOTE: A copy of your Certification is required to be included if either of the above items is checked Yes. Date application was submitted to OSDC, if an application is pending: DECLARATIONS UNDER PENALTY OF PERJURY: By signing above, with inclusions of the date of signature, the above signed bidder DECLARES UNDER THE PENALTY OF PERJURY under the laws of the State of California as follows: (1) Statement of Compliance; The above signed as complied with the non-discrimination program requirements of Government Code and Title 2, California Administrative Code Section 8103, and such declaration is true and correct. (2) The National Labor Relations Board declaration set forth in paragraph 48 of the General Provisions is true and correct. (3) If a claim is made for the Small Business or Disabled Veterans Business Preference, the information set forth within is true and correct.

8 Page 8 of 21 Completion Instructions for the Quote/Bidder Certification Sheet Complete the items on the Official State Quote Form/Bidder Certification Sheet by following the instructions below. Item No. Instructions 1, 2, 2a, 3 Must be completed. Item is self-explanatory. 4 Check if your firm is a sole proprietorship. A sole proprietorship is a form of business in which one person owns all the assets of the business in contrast to a partnership or corporation. The sole proprietor is solely liable for all the debts of the business. 5 Check if your firm is a partnership. A partnership is a voluntary agreement between two or more competent persons to place their money, effects, labor, and skill, or some or all of them in lawful commerce or business, with the understanding that there shall be a proportional sharing of the profits and losses between them. An association of two or more persons to carry on, as co-owners, a business of profit. 6 Check if your firm is a corporation. A corporation is an artificial person or legal entity created by or under the authority of the laws of a state or nation, composed, in some rare instances, of a single person and his successors, being the incumbents of a particular office, but ordinarily consisting of an association of numerous individuals. 7. Enter your federal employee tax identification number or Social Security Number if your firm is a sole proprietorship. 8. Enter your corporation number assigned by the California Secretary of State s Office. This information is used for checking if a corporation is in good standing and qualified to conduct business in California. 9. Complete, if applicable, by indicating the type of license and/or certification that your firm possesses and that is required for the type of services being procured. 10, 11, 12, 13 Must be completed. Item is self-explanatory. 14 If certified as a Small Business Enterprise, place a check in the YES box, and enter your certification number on the line. If certified as a Disabled Veterans Business Enterprise, place a check in the YES box and enter your service code on the line. If you are not certified to one or both, place a check in the NO box(es). If your certification is pending, enter the date your application was submitted to OSBCR.

9 Page 9 of 21 Bidder References 1. List below three references for services performed within the last five (5) years, which are similar to the scope of work to be performed in the contract. REFERENCE 1 Name of Firm Street Address City State Zip Code Contact Person Telephone Number Dates of Service Brief Description of Service Provided Value or Cost of Service REFERENCE 2 Name of Firm Street Address City State Zip Code Contact Person Dates of Service Brief Description of Service Provided Telephone Number Value or Cost of Service REFERENCE 3 Name of Firm Street Address City State Zip Code Contact Person Telephone Number Dates of Service Value or Cost of Service Brief Description of Service Provided

10 Page 10 of 21 Disabled Veteran Business Enterprise (DVBE) Participation Program Requirements DVBE participation program requirements are NOT mandatory in this bid package. The bidder s proposal may contain the completed forms from DGS website depending on the option chosen for Disabled Veteran Business Enterprise (DVBE) participation. A. DVBE Incentive Option without the DVBE Program Requirement 1. In accordance with section 999.5(a) of the Military and Veterans Code, an incentive will be given to bidders who provide DVBE participation. For evaluation purposes only, the State shall apply an incentive to bids that propose California certified DVBE participation as identified on the Bidder Declaration Form (GSPD ) and confirmed by the State. The DVBE Incentive will be given according to the following scale to those bidders who meet or exceed the requirements: Confirmed DVBE Participation Incentive Amount 5% and over 5% 4% -4.99% 4% 3%-3.99% 3% 2. The incentive will be calculated based on low price, The net bid price of responsive bids will be reduced (for evaluation purposed only) by the amount of the DVBE incentive as applied to the lowest responsive bid net price. If the #1 ranked responsive, responsible bid is a California certified small business, the only bidders eligible for the incentive will be the California certified small businesses. The incentive adjustment for awards based on low price cannot exceed 5% or $100,000.00, whichever is less, of the #1 ranked net bid price. When used in combination with a preference adjustment, the cumulative adjustment amount cannot exceed $100, B. All bidders who would like to be considered for the DVBE incentive must complete the Bidder Declaration Form (GSOD ) and include it with the bid response. The Bidder Declaration Form can be found at: C. To receive the DVBE incentive, the bidder must do at least one of the following: 1. Be a certified DVBE bidder. As a certified DVBE bidder, the bidder must commit to performing at lease 3% of the contract bid amount with the prime bidder s firm or in combination with another DVBE. All DVBE participation must be documented on the Bidder Declaration Form (GSPD ). In addition, the DVBE bidder shall submit the Disabled Veteran Business Enterprise Declaration (STD 843). All disabled veteran owners and disabled veteran managers of the DVBE(s) must sign the form(s). The form can be found at: and must be included with the bid response. 2. Commit to using certified DVBEs and meet the contract goal of 3% of the combined total cost. At the time that a bidder submits the final proposal, the bidder will have calculated the dollar value of the total cost proposed in response to the requirements of this IFB. For this reason, if the bidder claimed to meet the DVBE goal, the bidder shall identify all subcontractors proposed for participation in the contract, the actual dollar figure, and the percentage (3% or more of the combined total cost shown on the Cost Sheet, representing the rate of participation for each proposed DVBE Subcontractor). This data shall be identified on the Bidder Declaration Form (GSPD ) and submitted with the bidder s completed bid package.

11 Page 11 of 21 Disabled Veteran Business Enterprise (DVBE) Participation Program Requirements (Continued) Due to recent legislation, The Good Faith Effort option will no longer be considered as meeting the DVBE participation requirement. Any bid submitted with the Good Faith Effort option shall cause a proposal to be considered non-responsive and ineligible for contract award. 3. Information submitted by the bidder to claim the DVBE incentive will be verified by the State. Only the DVBEs who shall perform a commercially useful function relevant to the Scope of Work included in this IFB may be used to qualify the bidder for a DVBE incentive. For more information regarding the DVBE incentive, commercially useful function definition, and how to locate DVBEs, please view the following website:

12 Statement of Qualifications Department of State Hospitals - Metropolitan Page 12 of 21 Explain why you believe your firm is qualified to perform the work described in this quote. Address your experience in response to the Scope of Work and Bidder Minimum Qualifications.

13 CCC-307 Contractor Certification Clauses Department of State Hospitals - Metropolitan Page 13 of 21 CERTIFICATION I, the official named below, CERTIFY UNDER PENALTY OF PERJURY that I am duly authorized to legally bind the prospective Contractor to the clause(s) listed below. This certification is made under the laws of the State of California. Contractor/Bidder Firm Name (Printed) Federal ID Number By (Authorized Signature) Printed Name and Title of Person Signing Date Executed Executed in the County of 1. STATEMENT OF COMPLIANCE: Contractor has, unless exempted, complied with the nondiscrimination program requirements. (Gov. Code (a-f) and CCR, Title 2, Section 8103) (Not applicable to public entities.) 2. DRUG-FREE WORKPLACE REQUIREMENTS: Contractor will comply with the requirements of the Drug-Free Workplace Act of 1990 and will provide a drug-free workplace by taking the following actions: a. Publish a statement notifying employees that unlawful manufacture, distribution, dispensation, possession or use of a controlled substance is prohibited and specifying actions to be taken against employees for violations. b. Establish a Drug-Free Awareness Program to inform employees about: i. The dangers of drug abuse in the workplace; ii. The person's or organization's policy of maintaining a drug-free workplace; iii. Any available counseling, rehabilitation and employee assistance programs; and, iv. Penalties that may be imposed upon employees for drug abuse violations. c. Every employee who works on the proposed Agreement will: i. Receive a copy of the company's drug-free workplace policy statement; and, ii. Agree to aquotee by the terms of the company's statement as a condition of employment on the Agreement. Failure to comply with these requirements may result in suspension of payments under the Agreement or termination of the Agreement or both and Contractor may be ineligible for award of any future State agreements if the department determines that any of the following has occurred: the Contractor has made false certification, or violated the certification by failing to carry out the requirements as noted above. (Gov. Code 8350 et seq.)

14 Page 14 of 21 CCC-307 Contractor Certification Clauses (Continued) 3. NATIONAL LABOR RELATIONS BOARD CERTIFICATION: Contractor certifies that no more than one (1) final unappealable finding of contempt of court by a Federal court has been issued against Contractor within the immediately preceding two-year period because of Contractor's failure to comply with an order of a Federal court, which orders Contractor to comply with an order of the National Labor Relations Board. (Pub. Contract Code 10296) (Not applicable to public entities.) 4. CONTRACTS FOR LEGAL SERVICES $50,000 OR MORE- PRO BONO REQUIREMENT: Contractor hereby certifies that contractor will comply with the requirements of Section 6072 of the Business and Professions Code, effective January 1, Contractor agrees to make a good faith effort to provide a minimum number of hours of pro bono legal services during each year of the contract equal to the lessor of 30 multiplied by the number of full time attorneys in the firm s offices in the State, with the number of hours prorated on an actual day basis for any contract period of less than a full year or 10% of its contract with the State. Failure to make a good faith effort may be cause for non-renewal of a state contract for legal services, and may be taken into account when determining the award of future contracts with the State for legal services. 5. EXPATRIATE CORPORATIONS: Contractor hereby declares that it is not an expatriate corporation or subsidiary of an expatriate corporation within the meaning of Public Contract Code Section and , and is eligible to contract with the State of California. 6. SWEATFREE CODE OF CONDUCT: a. All Contractors contracting for the procurement or laundering of apparel, garments or corresponding accessories, or the procurement of equipment, materials, or supplies, other than procurement related to a public works contract, declare under penalty of perjury that no apparel, garments or corresponding accessories, equipment, materials, or supplies furnished to the state pursuant to the contract have been laundered or produced in whole or in part by sweatshop labor, forced labor, convict labor, indentured labor under penal sanction, abusive forms of child labor or exploitation of children in sweatshop labor, or with the benefit of sweatshop labor, forced labor, convict labor, indentured labor under penal sanction, abusive forms of child labor or exploitation of children in sweatshop labor. The contractor further declares under penalty of perjury that they adhere to the Sweatfree Code of Conduct as set forth on the California Department of Industrial Relations website located at and Public Contract Code Section b. The contractor agrees to cooperate fully in providing reasonable access to the contractor s records, documents, agents or employees, or premises if reasonably required by authorized officials of the contracting agency, the Department of Industrial Relations, or the Department of Justice to determine the contractor s compliance with the requirements under paragraph (a). 7. DOMESTIC PARTNERS: For contracts over $100,000 executed or amended after January 1, 2007, the contractor certifies that contractor is in compliance with Public Contract Code section DOING BUSINESS WITH THE STATE OF CALIFORNIA The following laws apply to persons or entities doing business with the State of California. 1. CONFLICT OF INTEREST: Contractor needs to be aware of the following provisions regarding current or former state employees. If Contractor has any questions on the status of any person rendering services or involved with the Agreement, the awarding agency must be contacted immediately for clarification.

15 CCC-307 Contractor Certification Clauses (Continued) Department of State Hospitals - Metropolitan Page 15 of 21 Current State Employees (Pub. Contract Code 10410): 1). No officer or employee shall engage in any employment, activity or enterprise from which the officer or employee receives compensation or has a financial interest and which is sponsored or funded by any state agency, unless the employment, activity or enterprise is required as a condition of regular state employment. 2). No officer or employee shall contract on his or her own behalf as an independent contractor with any state agency to provide goods or services. Former State Employees (Pub. Contract Code 10411): 1). For the two-year period from the date he or she left state employment, no former state officer or employee may enter into a contract in which he or she engaged in any of the negotiations, transactions, planning, arrangements or any part of the decision-making process relevant to the contract while employed in any capacity by any state agency. 2). For the twelve-month period from the date he or she left state employment, no former state officer or employee may enter into a contract with any state agency if he or she was employed by that state agency in a policy-making position in the same general subject area as the proposed contract within the 12-month period prior to his or her leaving state service. If Contractor violates any provisions of above paragraphs, such action by Contractor shall render this Agreement void. (Pub. Contract Code 10420) Members of boards and commissions are exempt from this section if they do not receive payment other than payment of each meeting of the board or commission, payment for preparatory time and payment for per diem. (Pub. Contract Code (e)) 2. LABOR CODE/WORKERS' COMPENSATION: Contractor needs to be aware of the provisions which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions, and Contractor affirms to comply with such provisions before commencing the performance of the work of this Agreement. (Labor Code Section 3700) 3. AMERICANS WITH DISABILITIES ACT: Contractor assures the State that it complies with the Americans with Disabilities Act (ADA) of 1990, which prohibits discrimination on the basis of disability, as well as all applicable regulations and guidelines issued pursuant to the ADA. (42 U.S.C et seq.) 4. CONTRACTOR NAME CHANGE: An amendment is required to change the Contractor's name as listed on this Agreement. Upon receipt of legal documentation of the name change the State will process the amendment. Payment of invoices presented with a new name cannot be paid prior to approval of said amendment. 5. CORPORATE QUALIFICATIONS TO DO BUSINESS IN CALIFORNIA: a. When agreements are to be performed in the state by corporations, the contracting agencies will be verifying that the contractor is currently qualified to do business in California in order to ensure that all obligations due to the state are fulfilled. b. "Doing business" is defined in R&TC Section as actively engaging in any transaction for the purpose of financial or pecuniary gain or profit. Although there are some statutory exceptions to taxation, rarely will a corporate contractor performing within the state not be subject to the franchise tax.

16 CCC-307 Contractor Certification Clauses (Continued) Department of State Hospitals - Metropolitan Page 16 of 21 c. Both domestic and foreign corporations (those incorporated outside of California) must be in good standing in order to be qualified to do business in California. Agencies will determine whether a corporation is in good standing by calling the Office of the Secretary of State. 6. RESOLUTION: A county, city, district, or other local public body must provide the State with a copy of a resolution, order, motion, or ordinance of the local governing body which by law has authority to enter into an agreement, authorizing execution of the agreement. 7. AIR OR WATER POLLUTION VIOLATION: Under the State laws, the Contractor shall not be: (1) in violation of any order or resolution not subject to review promulgated by the State Air Resources Board or an air pollution control district; (2) subject to cease and desist order not subject to review issued pursuant to Section of the Water Code for violation of waste discharge requirements or discharge prohibitions; or (3) finally determined to be in violation of provisions of federal law relating to air or water pollution. 8. PAYEE DATA RECORD FORM STD. 204: This form must be completed by all contractors that are not another state agency or other governmental entity.

17 Page 17 of 21

18 Page 18 of 21

19 Page 19 of 21 DARFUR CONTRACTING ACT CERTIFICATION Public Contract Code Sections applies to any company that currently or within the previous three years has had business activities or other operations outside of the United States. For such a company to bid on or submit a proposal for a State of California contract, the company must certify that it is either a) not a scrutinized company; or b) a scrutinized company that has been granted permission by the Department of General Services to submit a proposal. If your company has not, within the previous three years, had any business activities or other operations outside of the United States, you do not need to complete this form. OPTION #1 - CERTIFICATION If your company, within the previous three years, has had business activities or other operations outside of the United States, in order to be eligible to submit a bid or proposal, please insert your company name and Federal ID Number and complete the certification below. I, the official named below, CERTIFY UNDER PENALTY OF PERJURY that a) the prospective proposer/bidder named below is not a scrutinized company per Public Contract Code 10476; and b) I am duly authorized to legally bind the prospective proposer/bidder named below. This certification is made under the laws of the State of California. Company/Vendor Name (Printed) Federal ID Number By (Authorized Signature) Printed Name and Title of Person Signing Date Executed Executed in the County and State of OPTION #2 WRITTEN PERMISSION FROM DGS Pursuant to Public Contract Code section 10477(b), the Director of the Department of General Services may permit a scrutinized company, on a case-by-case basis, to bid on or submit a proposal for a contract with a state agency for goods or services, if it is in the best interests of the state. If you are a scrutinized company that has obtained written permission from the DGS to submit a bid or proposal, complete the information below. We are a scrutinized company as defined in Public Contract Code section 10476, but we have received written permission from the Department of General Services to submit a bid or proposal pursuant to Public Contract Code section 10477(b). A copy of the written permission from DGS is included with our bid or proposal. Company/Vendor Name (Printed) Federal ID Number Initials of Submitter Printed Name and Title of Person Initialing

20 Insurance Requirements Department of State Hospitals - Metropolitan Page 20 of 21 The Insurance Requirements are not mandatory requirements of this RFQ, but are required upon the award of the Contract. EXHIBIT F INSURANCE REQUIREMENTS 1. APPLICABLE LIABILITY INSURANCE The insurance and/or bonds identified below with a marked box are a part of this Agreement. Only the insurance and/or bonds with marked box have any force or effect under this Agreement. Evidence of liability insurance coverage, in the form a certificate acceptable to the State, shall be provided prior to the execution of this Agreement and the commencement of services. Commercial General Liability Contractor shall maintain commercial general liability insurance covering bodily injury, property damage, and personal injury with limits not less than $1,000,000 per occurrence and $2,000,000 general aggregate. Said policy shall apply separately to each insured against whom any claim is made or suit is brought subject to the Contractor s limits of liability. Pollution/Environmental Impairment Liability Contractor shall maintain Pollution Liability covering the Contractor s liability for bodily injury, property damage and environmental damage resulting from pollution and related cleanup costs incurred, all arising out of the work or services to be performed under this Agreement. Coverage shall be provided for both work performed on site, as well as during the transport of hazardous materials. Limits of not less than $1,000,000 bodily injury and property damage combined single limit per occurrence shall be provided. Motor Vehicle Liability Contractor shall maintain motor vehicle liability insurance with limits not less than $1,000,000 per accident. Such insurance shall cover liability arising out of an accident involving a motor vehicle in use by the Contractor during the prosecution of services under this Agreement, including, but not limited to, Contractor owned, hired, and non-owned motor vehicles. Professional Liability Contractor shall maintain Professional Liability/Medical Malpractice insurance covering any damages caused by an error, omission or any negligent acts. The limits shall not be less than $1,000,000 per occurrence and $2,000,000 general aggregate. In the event a medical professional performing services under this Agreement is a subcontractor or is performing services through a registry, the medical professional actually performing the services shall be the insured and shall comply with the Professional Liability/Medical Malpractice insurance requirements of this Agreement. The prime contractor shall be responsible to enforce this provision and employ only those medical professionals meeting this requirement. Evidence of compliant insurance shall be provided to the California Department of State Hospitals prior to the commencement of services.

21 Page 21 of 21 Performance Bond Insures Contractor will faithfully complete the work on schedule in accordance with this Agreement. Should Contractor fail to meet the schedule, the State can seek a claim with the surety for any loses incurred. If Contractor WILL NOT complete the work, the State may seek another contractor and be reimbursed for the costs of the second contractor. The amount of the bond shall equal the amount of this Agreement. 2. TERM OF INSURANCE Insurance shall be in effect for the entire term of this agreement. If the insurance expires prior to the end of the term of the Agreement, a new certificate must be received by the State at least ten (10) days prior to the expiration of the insurance. 3. TERMINATION FOR NON-COMPLIANCE In the event Contractor fails to keep in effect at all times the specified insurance coverage, the State may, in addition to any other remedies it may have, terminate this Agreement upon the occurrence of such event, subject to the provisions of this Agreement. 4. ENDORSEMENTS Commercial General and Pollution/Environmental Impairment Liability insurance certifications shall include the following endorsement: State of California, its officers, employees, agents and servants are included as additional insured, but only insofar as operations under this Agreement are concerned. 5. CERTIFICATE SUBMISSION Certificates of liability insurance shall be submitted to the following address: Department of State Hospitals Metropolitan State Hospital Attention: Margo Liner S. Bloomfield Ave., Norwalk, CA Phone: (562) Margo.Liner@msh.dsh.ca.gov Revision

Patton State Hospital INVITATION FOR BID

Patton State Hospital INVITATION FOR BID 3102 East Highland Avenue, Patton, CA 92369 (909) 425-7000 INVITATION FOR BID May 17, 2011 Notice to Prospective Bidders: The California Department of Mental Health, (PSH), invites you to participate in

More information

Patton State Hospital INVITATION FOR BID

Patton State Hospital INVITATION FOR BID Patton State Hospital 3102 East Highland Avenue, Patton, CA 92369 (909) 425-7000 INVITATION FOR BID June 22, 2010 Notice to Prospective Bidders: The California Department of Mental Health, Patton State

More information

Commission on Peace Officer Standards and Training. Exhibit A Scope of Work 2 page(s) 3 page(s) General Terms and Conditions GIC 610.

Commission on Peace Officer Standards and Training. Exhibit A Scope of Work 2 page(s) 3 page(s) General Terms and Conditions GIC 610. Attachment A - Agreement Number 17112111 Page 1 of 15 STATE OF CALIFORNIA STANDARD AGREEMENT STD 213 (Rev 06/03) AGREEMENT NUMBER 1711211 I REGISTRATION NUMBER 1. This Agreement is entered into between

More information

CALIFORNIA PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE PRINTING SERVICES MASTER SERVICES AGREEMENT

CALIFORNIA PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE PRINTING SERVICES MASTER SERVICES AGREEMENT 1. Scope: CALIFORNIA PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE THE STANDARD REGISTER COMPANY MASTER SERVICES AGREEMENT 7-08-99-03 This Participating Addendum covers the purchase of Printing

More information

IFB #C2864AEJ. Stakebed Truck Leasing. California Conservation Corps

IFB #C2864AEJ. Stakebed Truck Leasing. California Conservation Corps IFB #C2864AEJ for 1824 Commercenter Circle San Bernardino, CA 92408 Attn: Nicole Whitten, Business Services Officer Bid Submittal Deadline: November 29, 2012 @ 2:00 p.m. BIDS NOT RECEIVED BY THE DATE,

More information

INVITATION FOR BID Notice to Prospective Bidders. IFB Number: TEMPORARY/RELIEF LVN SERVICES

INVITATION FOR BID Notice to Prospective Bidders. IFB Number: TEMPORARY/RELIEF LVN SERVICES Page 1 of 42 24511 West Jayne Avenue, P. O. Box 5000, Coalinga, CA 93210 INVITATION FOR BID Notice to Prospective Bidders TEMPORARY/RELIEF LVN SERVICES April 3, 2013 You are invited to review and respond

More information

Corpsmembers Pre-Employment Physicals for. California Conservation Corps

Corpsmembers Pre-Employment Physicals for. California Conservation Corps Corpsmembers Pre-Employment Physicals for 757 Green Valley Road Watsonville, CA 95076 Attn: Connie Duran, Business Services Officer Bid Submittal Deadline: April 18, 2013 @ 2:00 p.m. BIDS NOT RECEIVED

More information

INVITATION FOR BID. Notice to Prospective Bidders. March 6, 2009

INVITATION FOR BID. Notice to Prospective Bidders. March 6, 2009 C o a l i n g a S t a t e H o s p i t a l P. O. Box 5000, Coalinga, CA 93210-5000 (559) 935-4309 INVITATION FOR BID Notice to Prospective Bidders March 6, 2009 You are invited to review and respond to

More information

INVITATION FOR BID (IFB) IFB # PO LAUNDRY EQUIPMENT Notice to Prospective Bidders

INVITATION FOR BID (IFB) IFB # PO LAUNDRY EQUIPMENT Notice to Prospective Bidders February 13, 2013 INVITATION FOR BID (IFB) IFB # PO 0461.12027 LAUNDRY EQUIPMENT Notice to Prospective Bidders The California Prison Industry Authority (CALPIA) invites you to review and respond to this

More information

STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES REAL ESTATE SERVICES DIVISION BUILDING AND PROPERTY MANAGEMENT BRANCH

STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES REAL ESTATE SERVICES DIVISION BUILDING AND PROPERTY MANAGEMENT BRANCH STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES REAL ESTATE SERVICES DIVISION BUILDING AND PROPERTY MANAGEMENT BRANCH INVITATION FOR BID FOR: INTEGRATED PEST MANAGEMENT CAPITOL HISTORIC REGION BPM 2196

More information

NOTE: STD 840, Disabled Veteran-Owned Business Enterprise Requirements have been WAIVED for this IFB.

NOTE: STD 840, Disabled Veteran-Owned Business Enterprise Requirements have been WAIVED for this IFB. State of California Business, Transportation and Housing Agency DEPARTMENT OF CALIFORNIA HIGHWAY PATROL Business Services Section Contract Services Unit P.O. Box 942898 Sacramento, CA 94298-0001 916-375-2965

More information

Solicitation IFB Microfilm Equipment Preventative Maintenance and Repair Services. Bid designation: Public. State of California

Solicitation IFB Microfilm Equipment Preventative Maintenance and Repair Services. Bid designation: Public. State of California 5 Solicitation IFB 15-002 Microfilm Equipment Preventative Maintenance and Repair Services Bid designation: Public State of California 4/29/2015 6:02 PM p. 1 6 Microfilm Equipment Preventative Maintenance

More information

Invitation for Bid (IFB)

Invitation for Bid (IFB) Invitation for Bid (IFB) California Department of Education Standards, Curriculum Frameworks and Instructional Resources Division Braille Transcription Embossing Services IFB Number CN110238 Bid Due Date:

More information

Addendum No. 1 Invitation for Bid (IFB) # 03A1689 District 3 Portable Toilet Rental and Maintenance

Addendum No. 1 Invitation for Bid (IFB) # 03A1689 District 3 Portable Toilet Rental and Maintenance STATE OF CALIFORNIA------- BUSINESS, TRANSPORTATION AND HOUSING AGENCY DEPARTMENT OF TRANSPORTATION ADMINISTRATION DIVISION OF PROCUREMENT AND CONTRACTS MS-65 1727 30 TH STREET SACRAMENTO, CA 95816-7006

More information

REQUEST FOR PROPOSAL-Primary Early Mental Health Initiative (EMHI) Program Evaluation Consultant RFP # Notice to Prospective Proposers

REQUEST FOR PROPOSAL-Primary Early Mental Health Initiative (EMHI) Program Evaluation Consultant RFP # Notice to Prospective Proposers Page 1 of 68 REQUEST FOR PROPOSAL-Primary Early Mental Health Initiative (EMHI) Program Evaluation Consultant RFP # 10-70089-000 Notice to Prospective Proposers November 11, 2010 You are invited to review

More information

The following is a list of documents which should be included in your Internet Package.

The following is a list of documents which should be included in your Internet Package. The following is a list of documents which should be included in your Internet Package. Form Name Attachment No # Pages Invitation for Bid- Cover Letter 2 Invitation for Bid 10 Bid Proposal, ADM 1412 1

More information

EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions

EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK IT General Provisions This Statement of Work ( Agreement ) reflects the change to General Provisions, GSPD-401- IT Commodities, as required for the California

More information

Approval of Fiscal Year Egg Quality Contract with the California Department of Food and Agriculture

Approval of Fiscal Year Egg Quality Contract with the California Department of Food and Agriculture THE BOARD OF SUPERVISORS OF THE COUNTY OF STANISLAUS ACTION AGENDA SUMMARY DEPT: AGRICULTURAL COMMISSIONER BOARD AGENDA # *B-4 Urgent [7 Routine AGENDA DATE June 3j 2008 CEO Concurs with Recommendation

More information

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN 15-800 RENUMBER 1. Article 2.01, Contractor s License; delete and replace with the

More information

INVITATION FOR BID Notice to Prospective Bidders

INVITATION FOR BID Notice to Prospective Bidders INVITATION FOR BID Notice to Prospective Bidders April 6, 2012 The California Department of Corrections and Rehabilitation, Correctional Health Care Services is soliciting for service under the authority

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

CALIFORNIA DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PROGRAM, PARTICIPATION REQUIREMENTS, AND DVBE INCENTIVE INSTRUCTIONS

CALIFORNIA DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PROGRAM, PARTICIPATION REQUIREMENTS, AND DVBE INCENTIVE INSTRUCTIONS CALIFORNIA DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PROGRAM, PARTICIPATION REQUIREMENTS, AND DVBE INCENTIVE INSTRUCTIONS (Revision Date September 4, 2012) AUTHORITY: The Disabled Veteran Business Enterprise

More information

SERVICE AGREEMENT

SERVICE AGREEMENT SERVICE PROVIDER TRUSTEES SERVICE AGREEMENT 02-09-18 For use on any CSU project. This AGREEMENT is made and entered into this [Day] day of [Month], [Year] pursuant to the Public Contract Code 10700, et

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

CERTIFICATIONS AND STATUTORY REQUIREMENTS For Capital Procurement Only Effective July 1, 2010

CERTIFICATIONS AND STATUTORY REQUIREMENTS For Capital Procurement Only Effective July 1, 2010 CERTIFICATIONS AND STATUTORY REQUIREMENTS For Capital Procurement Only Effective July 1, 2010 GENERAL TERMS: Vendor is defined as any entity that is contractually obligated to perform work on behalf of

More information

STATE OF CALIFORNIA. An act to amend Section 6108 of the Public Contract Code, relating to public contracts. BILL NUMBER: SB 578 CHAPTERED BILL TEXT

STATE OF CALIFORNIA. An act to amend Section 6108 of the Public Contract Code, relating to public contracts. BILL NUMBER: SB 578 CHAPTERED BILL TEXT STATE OF CALIFORNIA BILL NUMBER: SB 578 CHAPTERED BILL TEXT CHAPTER 711 FILED WITH SECRETARY OF STATE OCTOBER 9, 2003 APPROVED BY GOVERNOR OCTOBER 8, 2003 PASSED THE SENATE SEPTEMBER 11, 2003 PASSED THE

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

More information

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID BID NO. BD12-00076 April 26, 2013 The California Correctional Health Care Services (CCHCS) and the California Department

More information

Solicitation WE WE U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6. Bid designation: Public

Solicitation WE WE U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6. Bid designation: Public 5 Solicitation WE0013-15 WE0013-15 U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6 Bid designation: Public San Diego Superior Court 4/27/2015 12:43 PM p. 1 6 WE0013-15 U.S Upgrade:VMWare vsphere 6

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

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

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID BID NO. BD12-00065 May 15, 2013 The California Correctional Health Care Services (CCHCS) and the California Department

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

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

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

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)

More information

Glenwood/Bell Street Well Pump and Piping Construction

Glenwood/Bell Street Well Pump and Piping Construction SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park

More information

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

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

More information

Texas Rising Star Assessor Services RFQ. Cover Sheet

Texas Rising Star Assessor Services RFQ. Cover Sheet ATTACHMENT A Texas Rising Star Assessor Services RFQ Individual/Organization Name Mailing Address City, State, Zip Physical Address (if different) Contact Person & Telephone & Fax number & E-mail Cover

More information

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT West Valley Sanitation District PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT 1. INTRODUCTION A. West Valley Sanitation District of Santa Clara County (District) is accepting proposals for janitorial

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

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES to perform an ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING CHOICE 24 C.F.R. 570.601 (a) (2) 24 C.F.R. 91.225 (a) June 27, 2011 ALL PROPOSALS ARE

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

If the contractor is NOT a US Citizen, do not use this form. Please contact the Foundation Office for instructions with regard to how to proceed.

If the contractor is NOT a US Citizen, do not use this form. Please contact the Foundation Office for instructions with regard to how to proceed. WESTERN ILLINOIS UNIVERSITY FOUNDATION AGREEMENT FOR PROFESSIONAL SERVICES If the contractor is NOT a US Citizen, do not use this form. Please contact the Foundation Office for instructions with regard

More information

REQUEST FOR PROPOSALS FOR General Counsel Legal Services

REQUEST FOR PROPOSALS FOR General Counsel Legal Services REQUEST FOR PROPOSALS FOR General Counsel Legal Services RFP Issued: October 6, 2017 RFP Submission Deadline: November 1, 2017 Issued by: Colusa Groundwater Authority 100 Sunrise Blvd., Suite A Colusa,

More information

IRFQ #R15-04: FRIDAY NIGHT LIVE

IRFQ #R15-04: FRIDAY NIGHT LIVE IRFQ #R15-04: FRIDAY NIGHT LIVE INSTRUCTIONS: The Fillable Forms Template must be submitted in total with all required ATTACHMENTS and documents. Bidders that do not comply with the requirements, and/or

More information

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter "Contractor") ) ) ) ) ) and )

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter Contractor) ) ) ) ) ) and ) CONTRACT AGREEMENT between Tow Company Contract No.: 06-FSP-01 Street Address City, State ZIP Code (hereinafter "Contractor" and Sacramento Transportation Authority Term: Dec. 1, 2006 Nov. 30, 2009 901

More information

REQUEST FOR QUOTE For Drain Cleaning Services Contract #16-R-0092

REQUEST FOR QUOTE For Drain Cleaning Services Contract #16-R-0092 Housing And Community Services Agency of Lane County 300 West Fairview Drive, Springfield, OR 97477 EQUAL HOUSING OPPORTUNITY September 1, 2016 (541) 682-4090 Fax (541) 682-3416 TTY (541) 682-2565 REQUEST

More information

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017 2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION PART A 2018 Instructions; Appeals Process PART B 2018 Questionnaire PART C 2018 Questionnaire Scoring PART

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No. Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE REQUEST FOR PROPOSALS - Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES Regional School

More information

Solicitation TM Epson Power Supply and Receipt Printer. Bid designation: Public

Solicitation TM Epson Power Supply and Receipt Printer. Bid designation: Public 5 Solicitation TM0002-15 Epson Power Supply and Receipt Printer Bid designation: Public San Diego Superior Court 3/30/2015 4:00 PM p. 1 6 Epson Power Supply and Receipt Printer 5 Bid Number TM0002-15 Bid

More information

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

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

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST 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 information

SUPERIOR COURT OF CALIFORNIA COUNTY OF SANTA BARBARA SAMPLE AGREEMENT PUBLIC WORKS PROJECT SERVICES SHORT FORM AGREEMENT AGREEMENT NUMBER

SUPERIOR COURT OF CALIFORNIA COUNTY OF SANTA BARBARA SAMPLE AGREEMENT PUBLIC WORKS PROJECT SERVICES SHORT FORM AGREEMENT AGREEMENT NUMBER SUPERIOR COURT OF CALIFORNIA COUNTY OF SANTA BARBARA SAMPLE AGREEMENT PUBLIC WORKS PROJECT SERVICES SHORT FORM AGREEMENT AGREEMENT NUMBER 1. In this agreement (the Agreement ), the term Contractor refers

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS. REGARDING: IFB Title: Courthouse Signage IFB No

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS. REGARDING: IFB Title: Courthouse Signage IFB No INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS REGARDING: IFB Title: Courthouse Signage IFB No. 14155004 BIDS DUE: February 20, 2015 NO LATER THAN 4:00 P.M. PACIFIC TIME 1 rev 9/24/12

More information

Self-Insurance Package for a Corporation

Self-Insurance Package for a Corporation Self-Insurance Package for a Corporation Bureau of Motor Vehicles Financial Responsibility Section P.O. Box 68674 Harrisburg, PA 17106-8674 Phone: (717) 783-3694 www.dmv.pa.gov PUB 618 (12-15) Preface

More information

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows: A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or

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

Solicitation TM Zebra G-Series GX430t Label Printers and Zebra Z-Select 4000D Labels. Bid designation: Public

Solicitation TM Zebra G-Series GX430t Label Printers and Zebra Z-Select 4000D Labels. Bid designation: Public 5 Solicitation TM0005-15 Zebra G-Series GX430t Label Printers and Zebra Z-Select 4000D Labels Bid designation: Public San Diego Superior Court 4/13/2015 2:47 PM p. 1 6 Zebra G-Series GX430t Label Printers

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

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Membrane Roof and Skylights Bid Due Date: April 27, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

Sayreville Housing for Seniors Corporation Gillette Manor

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

More information

2. Authorize the Auditor-Controller to make appropriation and revenue adjustments as outlined in the Financial Recommendation

2. Authorize the Auditor-Controller to make appropriation and revenue adjustments as outlined in the Financial Recommendation ALAMEDA COUNTY HEALTH CARE SERVICES AGENCY AGENDA, December 15, 2009 ALEX BRISCOE, Acting Director The Honorable Board of Supervisors County Administration Building 1221 Oak Street Oakland, CA 94612 AGENCY

More information

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309) CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the upgrade of the existing A/V System for the City of Galesburg, Illinois Instructions to

More information

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST

More information

Public Notice Procedure

Public Notice Procedure REQUEST FOR QUALIFICATIONS - DESIGN ENGINEERING SERVICES PHASE 3 CONSTRUCTION RESIDENT ENGINEER SERVICES NORTH MAIN STREET BETWEEN SEMINARY AVENUE AND COLE AVENUE Public Notice The City of Wheaton is seeking

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

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

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign

More information

Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED)

Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED) Contract Number: Funding Source: Budget Number: Site/Department: Program Responsibility: Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED)

More information

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

More information

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT TOWN OF HILLSBOROUGH PUBLIC WORKS DEPARTMENT AGREEMENT FOR PUBLIC IMPROVEMENTS SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT THIS AGREEMENT is made and entered into as of the -----------------, by and between

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

Request for Bid/Proposal

Request 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 information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services

More information

COUNTY OF PRINCE EDWARD, VIRGINIA

COUNTY OF PRINCE EDWARD, VIRGINIA COUNTY OF PRINCE EDWARD, VIRGINIA Invitation for Bids For Stripping and Waxing of VCT Floors in County Courthouse Issue Date: Monday, April 20, 2009 Due Date and Time: Send Proposals To: All inquiries:

More information

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED**

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED** I. INTRODUCTION DARLINGTON COUNTY County of Darlington, South Carolina is seeking bids from qualified firms to install carpet squares and vinyl tile in the Outreach building located at 404 4 th Street

More information

FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO /17

FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO /17 FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO. 21-16/17 FLORENCE COUNTY EMERGENCY OPERATIONS CENTER & E911 FACILITY AUDIO/VIDEO DISTRIBUTION & CONTROL SYSTEMS SUBMISSION DEADLINE: Thursday, April

More information

Madera Unified School District

Madera 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 information

SAMPLE AGREEMENT. 1. This Agreement is entered into between the State Agency and the Contractor named below:

SAMPLE AGREEMENT. 1. This Agreement is entered into between the State Agency and the Contractor named below: STATE OF CALIFORNIA STANDARD AGREEMENT STD 213 (Rev 06/03) SAMPLE AGREEMENT AGREEMENT NUMBER 2CA01161 REGISTRATION NUMBER 1. This Agreement is entered into between the State Agency and the Contractor named

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

LEGAL NOTICE TOWN OF FARMINGTON, CONNECTICUT REQUEST FOR PROPOSALS FOR AUDITING SERVICES

LEGAL NOTICE TOWN OF FARMINGTON, CONNECTICUT REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE TOWN OF FARMINGTON, CONNECTICUT REQUEST FOR PROPOSALS FOR AUDITING SERVICES The Town of Farmington, Connecticut is requesting proposals from qualified independent public accounting firms,

More information

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME SOLICITATION #A10-03-17-3483 TULSA COUNTY Bid Due Date: May 17, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah,

More information

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Towing Services Inoperable Vehicles County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0601-1 This procurement is governed

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

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

More information

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES Date Issued: November 13, 2017 Return Date & Time: Return To: December 14, 2017 no later than 11am Debra Sopronyi, Borough

More information

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS.

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. AGREEMENT made as of the day of, 201. BETWEEN the Owner:

More information