STATE OF CALIFORNIA California Department of Corrections and Rehabilitation California Prison Health Care Services BID NO.

Size: px
Start display at page:

Download "STATE OF CALIFORNIA California Department of Corrections and Rehabilitation California Prison Health Care Services BID NO."

Transcription

1 INVITATION FOR BID Notice to Prospective Bidders Date: September 29, 2009 You are invited to review and respond to this Public Works Invitation for Bid (IFB), entitled: IFB Number: B09-005HDSP IFB Title: INSTALLATION OF NEW RESPONDER 4000 NURSING CALL SYSTEM The (CDCR)/ (CPHCS) are currently seeking bids to install their new Responder 4000 Nursing Call System, at the High Desert State Prison located in Susanville, California. To submit a bid, the bidder must comply with all the requirements contained in this IFB. Failure to comply with any of the requirements may result in rejection of your bid. By submitting a bid, your firm agrees to the terms and conditions stated in this IFB and your proposed contract. 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 on the internet site at If you do not have internet access, a hard copy can be provided by contacting the person listed below. If you have any questions regarding this IFB the contact person for this bid is: Sheila White, Acquisition Analyst sheila.white@cdcr.ca.gov (916) Doris Brengettsey Contract Administrator Administrative Support Services 1

2 Table of Contents Section Page A) Scope of Work... 3 B) Bidder Minimum Qualifications... 4 C) Bid Terms and Conditions... 4 D) Submission of Bid... 8 E) Bid Evaluation and Award... 9 F) Preference Programs... 9 G) DVBE Incentive... 9 H) Disposition of bids I) Bid Schedule J) Mandatory Pre-Bid Conference K) Bid Submission Requirements L) Bidder Certification M) Preference Designation...13 N) Bid Rate O) Bidder References P) Sample Contract (cover sheet) Under Separate Cover: Std. 840 Form Digest of Laws Form Clearance Form 2

3 A) Scope of Work Contractor shall provide all equipment, materials, labor, transportation, licenses, direct and indirect expenses necessary to install one Rauland-Borg Responder 4000 Nurse Call System at the High Desert State Prison located in Susanville, California. This new system will replace the existing PLC-based Nurse Call System. There shall be a Mandatory Pre-Bid Walk-through and attendance will be necessary in order to bid on this contract. Contractor is to install the following equipment to replace the existing PLC-based Nurse Call System. The new Rauland-Borg Responder 4000 Nurse Call System shall be installed at High Desert State Prison as follows. The equipment will include the following room types: 1. Five (5) outside locations will receive a Staff station (HSS401) which will need a surface mount 3- gang box (ACC1119) mounted over the existing 2-gang box. 2. One (1) ER desk location will receive one master nurse call console (R4K4020) and the other ER desk location will receive a 36-point enunciator (R4KANN). 3. Seven (7) ER rooms each will receive a 4-LED 6-point dome light (CLA244) and the existing pushfir-help button will be replaced with a high-security push-for-help station (HSS433). 4. Three (3) ER rooms each will receive a 4-LED 6-point dome light (CLA244), the existing push-forhelp button will be replaced with a high-security push-for-help station (HSS433), and the existing Code Blue station will remain but be wired directly to the dome light. 5. One (1) day room will receive one (1) Staff Station (HSS401) with new surface back box (ACC1119) wired to a new dome light (CLA244). 6. Twenty-two (22) patient rooms each will receive a Staff/Patient Station (HSS401) with new surface back box (ACC1119), one 4-LED 6-point dome light (CLA244), the existing toilet stations and Staff Emergency station will wire directly to the new dome light. The cancel button outside the room will also be wired directly to the dome light. 7. Ten (10) patient rooms each will receive a Staff/Patient Station (HSS401) with a new surface back box (ACC1119), one 4-LED 6-point dome light (CLA244), one 6-point domeless controller (DCV100), the existing toilet stations, shower stations, and Staff Emergency station will wire directly to the dome light. The cancel button outside the room will also be wired directly to the dome light. 8. The Nurse Call station will receive two (2) master nurse call consoles (RAK4020) with 36-point annunciator (R4KANN). 9. Two (2) day rooms will each receive a 4-LED 6-point dome light (CLA244), a Staff Station (HSS401) in new 3-gang surface back can (ACC1119), the existing push-for-help station will wire directly to the dome light, and the existing cancel switch will wire directly to the dome light. 3

4 10. Four (4) DCA200 domeless audio controllers will be installed and programmed to interface with existing overhead paging system, into four different zones. 11. Head-end equipment (R4KNIM) will include hardware for three audio paths, paging equipment (R4KPA25), three active telephone ports (R4KPLI), power supplies (R4KPR400), battery backup (R4KBK400), and back can (NC2828) to mount all the equipment. 12. Contractor s bid shall include a Polycom DECT KIRK analog wireless phone system. The kit includes a four port server, 4 DECT wireless phones, charging stations, power supplies and 3 KIRK repeater stations for coverage throughout facility. 13. Training of Nursing and Maintenance staff shall also be included on the operations of the systems. This includes software to run programming software and diagnostics. High Desert State Prison (HDSP) will provide a compatible computer to run the software, preferably a Laptop for portability. 14. Contractor shall provide an option for a module and software (R4KSPIP) to run reports on activity of the Responder 4000 system. HDSP will provide a compatible CPU to run software and reports. Each R4KNIM has one audio path which connects to one port on the R4KPLI. This means only one conversation can occur on each R4KNIM at a time. The nursing staff must be able to call into the patient rooms with their wireless phone to communicate with the patient, without entering the room. Therefore, four (4) R4KNIMs with two (2) R4KPLIs for four (4)phones lines must be included. Nurse Call System Requirements from HDSP: Must have access to the cells without patients All existing buttons have to be normally open and operating properly No alterations to existing paging system Existing Conduit Storage of equipment and tools on-site No additional equipment B) Minimum Bidder Requirements At the time of bid submission and throughout the term of any Agreement awarded under this IFB, the bidder/contractor must have the appropriate valid license(s) required by the California State Contractor's Board for the type of work performed. The license requirement for the project described in this IFB is a C10 - Electrical Contractor, or C-7 - Low Voltage Systems Contractor. C) Bid Terms and Conditions 1) Bids must be submitted for the performance of all the services described herein. Any deviation from the work specifications will not be considered and will cause a bid to be rejected. 2) A bid may be rejected if it is conditional or incomplete, or if it contains any alterations of form or other irregularities of any kind. The State may reject any or all bids and may waive an immaterial deviation in a bid. The State's waiver of an immaterial deviation shall in no way modify the IFB document or excuse the bidder from full compliance with all requirements if awarded the agreement. 4

5 3) Costs incurred for developing bids and in anticipation of award of the agreement are entirely the responsibility of the bidder and shall not be charged to the State of California. 4) An individual who is authorized to bind the bidder contractually shall sign the Bid/Bidder Certification. An unsigned bid may be rejected. 5) A bidder may modify a bid after its submission by withdrawing its original bid and resubmitting a new bid prior to the bid submission deadline. Bidder modifications offered in any other manner, oral or written, will not be considered. 6) A bidder may withdraw its bid by submitting a written withdrawal request to the State, signed by the bidder or an authorized agent. A bidder may thereafter submit a new bid prior to the bid submission deadline. Bids may not be withdrawn without cause subsequent to bid submission deadline. 7) The awarding agency may modify the IFB prior to the date fixed for submission of bids by the issuance of an addendum to all parties who received a bid package. 8) The awarding agency reserves the right to reject all bids. The agency is not required to award an agreement. 9) Before submitting a response to this solicitation, bidders should review, correct all errors and confirm compliance with the IFB requirements. 10) Where applicable, bidder should carefully examine work sites and specifications. Bidder shall investigate conditions, character, and quality of surface or subsurface materials or obstacles that might be encountered. No additions or increases to the agreement amount will be made due to a lack of careful examination of work sites and specifications. 11) The State does not accept alternate contract language from a prospective contractor. A bid with such language will be considered a counter proposal and will be rejected. The State s General Terms and Conditions (GTC) are not negotiable. 12) No oral understanding or agreement shall be binding on either party. 13) If an award is made the Agreement will include by reference the General Terms and Conditions. The General Terms and Conditions are viewable on the following website address: 14) Please carefully review this IFB and note that bids that do not include all the requirements shall be deemed non-responsive. 15) If an award is made and the Contractor fails to commence work at the agreed upon time, the awarding agency, upon five (5) days written notice to the Contractor, reserves the right to terminate the agreement. In addition, the Contractor shall be liable to the State for the difference between Contractor's bid price and the actual cost of performing work by the second lowest bidder or by another contractor. 16) All rates bid under this IFB are valid for one hundred twenty (120) calendar days after the bid submission deadline. 5

6 Public Works Definitions: STATE OF CALIFORNIA 1) Acceptance: The point in time when all the provisions and requirements of this Agreement are complete as certified by the State Representative. 2) Amendment: A written modification of this Agreement, such as a time extension, and signed by Contractor and the State. 3) Field Order: A written order directed to Contractor by the State Representative directing an incidental change or making a clarification in the work specifications or Agreement. The Field Order is only in force and effect when signed by the Contractor and the State Representative. 4) Project Change Order: A written order for additional work or time extension agreed upon by both the Contractor and the State Representative. 5) Project Work Schedule: A schedule furnished by the Contractor displaying the schedule for various milestones and total completion of the work. 6) Punch List: A list prepared as a result of the final inspection conducted by the State indicating items to be completed, corrected, and/or replaced by the Contractor with regard to the work as specified in this Agreement. 7) Schedule of Values: A statement furnished by the Contractor to the State displaying the various costs associated with the elements of the work. 8) State's Representative: The person designated by the State to oversee and manage this Agreement, the completion of work and is the only person the Contractor may take direction from on behalf of the State. Instructions from other State employees or consultants without approval of the State Representative are of no force or effect under this Agreement. Public Works General Conditions If an Agreement is awarded as a result of this IFB, the bidder awarded the Agreement shall comply with all of the following General Conditions: BONDS 1) Payment Bond: When the Agreement amount exceeds five thousand dollars ($5,000) the Contractor shall furnish a Payment Bond in an amount equal to one hundred percent (100%) of the Agreement amount prior to the commencement of work. The Contractor shall utilize state form Std. 807, as supplied by the State, to fulfill this requirement. 2) Performance Bond: When the Agreement amount exceeds five thousand dollars ($5,000) and the performance of work is scheduled for longer than sixty (60) calendar days, the Contractor shall furnish a Performance Bond in an amount equal to one hundred percent (100%) of the Agreement amount guaranteeing faithful performance of work. The Performance Bond must be accepted by the State prior to the commencement of work. Performance Bonds may be prepared on standard bonding company forms. 6

7 3) Bond Provisions: The Bonds must be issued by a corporate surety authorized to transact surety bonds in the State of California. Bonds must remain in full force and effect for the duration of this Agreement. INSURANCE 1) Commercial General Liability: The Contractor shall procure commercial general liability insurance covering bodily injury, property damage, and personal injury with limits not less than one million dollars ($1,000,000) per occurrence and two million dollars ($2,000,000) aggregate. 2) Motor Vehicle Liability: Contractor shall maintain motor vehicle liability insurance with limits not less than one million dollars ($1,000,000) per accident. Such insurance shall cover liability for all vehicles used by the contractor, either owned or hired, for the prosecution of work under this Agreement. 3) Workers' Compensation Insurance: Contractor shall maintain statutory workers' compensation insurance for all Contractors' employees engaged in the performance of work under this Agreement. Contractor shall meet all requirements as stated in the California Labor Code, Section a) Insurance Certificates: Commercial general liability and motor vehicle liability certificates and evidence of builders' risk/installation floater insurance shall be presented in a form acceptable to the State prior to the commencement of work. Commercial general liability certifications shall contain an endorsement naming the State of California, its officers, agents, employees, and servants as additional insured, but only with respect to the work performed for the State of California under this Agreement. The insurance certificate shall contain a minimum of thirty (30)-notice to the State prior to any cancellation, non-renewal, or modification of insurance coverage. CONTRACTOR REQUIREMENTS 1) Access: Contractor shall not prosecute work in a manner resulting in any unnecessary interference regarding access to facilities by staff and the public. Contractor shall perform the on-site work in such a manner to minimize any interference or inconvenience. 2) For each phase and type of work the Contractor shall employ journey level personnel. Any person deemed incompetent or disorderly by the State shall be promptly removed from the site by Contractor and not re-employed under this Agreement. 3) Contractor shall comply with all California Labor Code sections and California Code of Regulation sections regarding the use of apprentices. 4) Nothing contained in this Agreement shall create any contractual relationship between the State and any subcontractors. Contractor is not relieved of its responsibilities or obligations by using subcontractors. All subcontractors shall comply with the terms and conditions of this Agreement and it is the responsibility of the Contractor to ensure subcontractor compliance. 7

8 5) Prevailing Wage: Contractor shall comply with California Labor Code Sections 1770 et seq. and California Code of Regulations, Title 8, Section et seq. which requires payment of prevailing wages for all applicable classes of labor used under this Agreement. 6) Authorized Representative: Contractor shall have a representative authorized to make decisions and oversee work on the work site at all times. 7) All parts, materials and workmanship shall have minimum warranty of one (1) year. Manufacturer and subcontractor warranties shall be signed and countersigned by Contractor. All warranties must be delivered to the State's Representative prior to request for final payment. 8) Prior to acceptance, Contractor shall provide to the State's Representative a set of As-Built Plans in computer-aided format and acceptable to the State. The plan shall clearly and legibly show the location, as constructed of all elements, features, components and utilities. DOCUMENTS 1) Field Order: A Field Order shall be issued by the State Representative or may be requested by Contractor to clarify work specifications or to agree upon an incidental change. Contractor shall not proceed with any work under question until a Field Order is signed by both the State Representative and Contractor. 2) Project Change Order: The purpose of a Project Change Order is to allow the contractor to continue working on the project while a formal modification to the Agreement is in process. D) Submission of Bid When circumstances require a modification to the work such as unforeseen circumstances requiring additional work or eliminating work, or a weather delay a Change Order will be completed by the State Representative and Contractor. The rates for necessary unforeseen circumstances will be negotiated by Contractor and the State Representative. Contractor shall not proceed with any modified work plans or schedule without prior written approval by the State Representative in the form of a Project Change Order. Verbal agreements are of no force and effect. The Project Change Order will be followed with a formal amendment to the Agreement for the purpose(s) stipulated in the Project Change Order. 1) All bids must be submitted under sealed cover and sent to CPHCS by date and time expressed in this IFB. The sealed cover must be plainly marked with the IFB number and title, must show your firm name and address, and must be marked with "DO NOT OPEN", as shown in the following example: "SEALED BID DO NOT OPEN" 2) Bids not submitted under sealed cover may be rejected. A minimum of TWO copies of the bid shall be submitted. 3) All documents requiring a signature must bear an original signature of a person authorized to bind the bidding firm. 8

9 4) You may mail bids to the following address: / Non-Medical Support Contracts Attention: SHEILA WHITE PO Box 4038, Ste. 524 I Sacramento, CA OR You may hand-deliver or overnight bids to the physical address: E) Bid Evaluation and Award / Non-Medical Support Contracts 524 I Street Sacramento, CA ) At the time of bid opening, each bid will be checked for the presence or absence of required information in conformance with the submission requirements of this IFB. 2) The State will evaluate each bid to determine its responsiveness to the published requirements. 3) Bids that contain false or misleading statements, or which provide references, which do not support an attribute or condition claimed by the bidder, may be rejected. 4) Award if made, will be to the lowest responsive and responsible bidder. F) Preference Programs 1) In accordance with Government Code Section , et seq. and California Code of Regulations, Title 2, Section 1896, et seq., a five (5) percent preference will be granted to a bidder properly certified as a California Small Business, Microbusiness, or Non-Small Business with a Small Business subcontracting for a minimal of 25% of the bid amount. A five (5) percent preference will be granted to a bidder certified as a Non-Profit Veteran Service Agency in accordance with the Military and Veterans Code Section Applications must be on file at the office of Small Business and disabled Veteran Business enterprise Certification by 5:00 p.m. on bid opening day. 2) Additional preference programs exist for business enterprise zones and military base closure areas. For information regarding these programs please see the following web site addresses. Target Area Contract Preference Act (TACPA) - Local Agency Military Base Recovery Area (LAMBRA) Act - Enterprise Zone Act (EZA) - 9

10 G) Disabled Veteran Business Enterprise Incentive Program This IFB offers an incentive for bidders who provide Disabled Veteran Business Enterprise (DVBE) participation. However, the Good Faith Effort is no longer an option to meet that goal. All bidders must complete the DVBE requirements of this IFB to be deemed a responsive bidder. The DVBE requirements are contained in the Std. 840, Documentation of Disabled Veteran Business Enterprise Program Requirements which is an attachment to this IFB. H) Disposition of Bids 1) Upon bid opening, all documents submitted in response to this IFB will become the property of the State of California, and will be regarded as public records under the California Public Records Act (Government Code Section 6250 et seq.) and subject to review by the public. I) Bid Schedule Event Date Time IFB available 10/01/09 1:00 pm Clearance Information to be sent by 10/20/09 9:00 am in order to attend Mandatory Walk-through Question Submission Deadline To be answered during walk-through only Mandatory Pre-bid Walk-through 10/29/09 9:00 am Bid Submission Deadline 11/05/09 2:00 pm Bid Opening 11/05/09 3:00 pm Notice of Intent to Award 11/06/09 3:00 pm Proposed Award Date 11/13/09 3:00 pm J) Mandatory Pre-Bid Conference/Walkthrough 1) A Mandatory Pre-Bid Walk-through is scheduled for the purpose of viewing the work site and discussing any concerns regarding this IFB. For clearance to attend, you must contact Cindy Gatie, Health Care Budget Analyst, via telephone or , prior to 10/20/09, 9:00 am in order to submit your security clearance information. Her telephone number is: (530) , Ext and her address is: Cindy.Gatie@cdcr.ca.gov. Please bring any questions for discussion to the Pre- Bid Mandatory Walk-through on 10/29/09. They will be answered during the walk-through only. 2) The location time for the Mandatory Pre-Bid Walk-through is as follows: Location: High Desert State Prison, Administrative Building - Front Foyer, Rice Canyon Rd., Susanville, CA Date: October 29, 2009 Time: 9:00 am 10

11 3) In the event a potential prime contractor is unable to attend the Mandatory Pre-Bid Conference, an authorized representative may attend on their behalf. The representative may only sign-in for one (1) company. Subcontractors may not represent a potential prime contractor at the Mandatory Pre-Bid Conference. 4) No bid will be accepted unless the bidder or an authorized representative attended the Mandatory Pre-Bid Walk-through. 5) Contractors who need assistance due to a physical impairment, a reasonable accommodation will be provided by the CDCR/CPHCS upon request for the Mandatory Pre-Bid Walk-through The Contractor must call Cindy Gatie at (530) extension 5457 no later than the fifth working day prior to the scheduled date and time of the Mandatory Pre-Bid Conference to arrange for a reasonable accommodation. K) Bid Submission Requirements and Checklist A complete bid or bid package will consist of the items identified below. Complete this checklist to confirm the items in your bid. For your bid to be responsive, all documents indicated in this checklist must be submitted by the Bid Submission Deadline indicated in this IFB. Bidder Certification Copy of Contractor s License from California State Contractor's Board A Project Work Schedule displaying the milestones and total completion of the work A listing of all certified and non-certified subcontractors to be utilized during the course of this job. Preference Designation Bid Rate inserted on N) Bid Rate, Page 14. Copy of Contractor's Business License Disabled Veteran Business Enterprise Participation Forms Std. 840 Disabled Veteran Business Enterprise Participation Summary Three References where similar or comparable electrical work has been performed and completed. (CPHCS will check) A summary of at least three years of experience as an Electrical Contractor (or equivalent as asked for in this IFB). Please note: Payment Bonds, Performance Bonds, Insurance Certificates, Payee Data Record, etc. will all be required within one week after award of the contract. 11

12 L) Bidder Certification 1) Our all-inclusive bid is submitted as detailed in the N) Bid Rate, Page 14. 2) I have read and understand the DVBE participation requirements and have included documentation demonstrating that I have met the participation goals (if applicable). 3) 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 Bid Certification May Be Cause for Rejection Company Name Telephone Number Address Fax Number Name Title Signature Date 12

13 M) Preference Designation STATE OF CALIFORNIA Bidder requests the following preference and/or incentive: Small Business Microbusiness Nonprofit Veteran Services Agency TACPA LAMBRA EZA Non-Small Business subcontracting with Small business* * This preference requires identifying the Small Business subcontractors. Please complete the information in the following table. Subcontractor #1 Name of Subcontractor Company Address Contact person Telephone Description of Work or Materials Percentage of bid amount Subcontractor #2 Name of Subcontractor Company Address Contact person Telephone Description of Work or Materials Percentage of bid amount 13

14 Subcontractor #3 Name of Subcontractor Company Address Contact person Telephone Description of Work or Materials Percentage of bid amount TOTAL SUBCONTRACTED WORK WITH A CERTIFIED SMALL BUSINESS $ Percentage of total bid % 14

15 N) Bid Rate Our all inclusive bid, including all personnel, material, equipment, supplies, transportation, applicable licenses and permit/bond costs, and taxes for the Scope of Work described in this IFB is: One-time lump sum $ 15

16 O) Bidder References Failure to complete and return this attachment with your bid will cause your bid to be rejected and deemed nonresponsive. List below three references for services performed within the last five years, which are similar to the scope of work to be performed in this contract. Reference 1 Name of Company Address Contact person Telephone Description of Work Reference 2 Name of Company Address Contact person Telephone Description of Work Reference 3 Name of Company Address Contact person Telephone Description of Work 16

17 STANDARD AGREEMENT STD 213 (Rev 06/03) P) Sample Contract (cover page) AGREEMENT NUMBER C HDSP REGISTRATION NUMBER To Be Determined 1. This Agreement is entered into between the State Agency and the Contractor named below: STATE AGENCY'S NAME CONTRACTOR'S NAME To Be Determined 2. The term of this Upon Approval through December 31, 2010 Agreement is: 3. The maximum amount $ Amount of Contract of this Agreement is: (Amount spelled out) 4. The parties agree to comply with the terms and conditions of the following exhibits which are by this reference made a part of the Agreement. Exhibit A Scope of Work 4 page(s) Exhibit B Budget Detail and Payment Provisions 2 page(s) Exhibit C* General Terms and Conditions GTC 307 Check mark one item below as Exhibit D: Exhibit - D Special Terms and Conditions (Attached hereto as part of this agreement) 2 page(s) Exhibit - D* Special Terms and Conditions Exhibit E Additional Provisions 1 page(s) Items shown with an Asterisk (*), are hereby incorporated by reference and made part of this agreement as if attached hereto. IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto. CONTRACTOR CONTRACTOR S NAME (if other than an individual, state whether a corporation, partnership, etc.) To Be Determined BY (Authorized Signature)? PRINTED NAME AND TITLE OF PERSON SIGNING DATE SIGNED(Do not type) California Department of General Services Use Only ADDRESS STATE OF CALIFORNIA AGENCY NAME BY (Authorized Signature)? PRINTED NAME AND TITLE OF PERSON SIGNING Doris Brengettsey, Staff Services Manager II ADDRESS P.O. Box 4038 Administrative Support Services/Office of Procurement Services Sacramento, CA DATE SIGNED(Do not type) Exempt per:

18 B09-005HDSP INSTALLATION OF NEW RESPONDER 4000 NURSING CALL SYSTEM

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

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

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 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) 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

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

Instructions to Bidders Page 1

Instructions 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

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

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

State of California Business, Transportation and Housing Agency

State of California Business, Transportation and Housing Agency 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)

More information

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

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

More information

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1.0 DOCUMENTS.1 Carefully examine the following information. Failure to follow these instructions may result in bid disqualification..2 Project information:.1 Project / Contract

More information

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW PART II INSTRUCTIONS TO PROPOSERS Minnesota Department of Transportation SP 7408-29 TH 14/218 DESIGN-BUILD REQUEST FOR PROPOSALS 1 INTRODUCTION RFP and ITP. This Request for Proposals (RFP) is issued by

More information

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

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

More information

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) Standard Form of Contract Between Construction Manager and Contractor (Construction Manager At-Risk) This document

More information

ADDENDUM #5 NIB #

ADDENDUM #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 information

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID BID NO

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID BID NO Invitation for Bid Bid No. 6000000429 Page 1 of 2 Date: October 25, 2010 STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID BID NO. 6000000429 The California Department

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

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

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

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

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

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

More information

Krista Tomlinson California Department of Fish and Wildlife (559) x 223 / cell (559)

Krista Tomlinson California Department of Fish and Wildlife (559) x 223 / cell (559) California Natural Resources Agency CALIFORNIA DEPARTMENT OF FISH AND WILDLIFE ECOSYSTEM CONSERVATION DIVISION ENGINEERING BRANCH 1812 NINTH STREET, SUITE 100 SACRAMENTO, CA 95811 (916) 323-1587 FAX 323-1622

More information

Addendum #2 to IFB Office Moving Services MSA

Addendum #2 to IFB Office Moving Services MSA Addendum #2 to IFB 5139901 Office Moving Services MSA Notice to Prospective Bidders July 22, 2013 TO ALL INTERESTED BIDDERS: Significant changes included in this Addendum #2 to the IFB referenced above

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

Cheyenne Wyoming RFP-17229

Cheyenne Wyoming RFP-17229 L A R A M I E COUNTY COMMUNITY COLLEGE Cheyenne Wyoming Request for Proposals (RFP) t o provide Contract Services t o Comp lete t h e Boiler Plant Burner Replacement RFP-17229 Solicited by: Department

More information

SECTION NOTICE INVITING BIDS

SECTION NOTICE INVITING BIDS SECTION 00020 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of Yuba City, hereafter referred to as Owner, will receive SEALED BIDS at the City Hall, City Clerk s Office, 1201 Civic Center Blvd.,

More information

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance. INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

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

INSTRUCTIONS TO BIDDERS

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

More information

University of California, Riverside Barn Expansion

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

More information

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

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

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

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

More information

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

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: City of North Mankato 1 CITY OF NORTH MANKATO REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JULY 1, 2015 THROUGH JUNE 30, 2016 DUE: APRIL 15, 2015 by 5:00 p.m. The City of North Mankato (City)

More information

NUTANIX 1450 SERVER AND SUPPORT

NUTANIX 1450 SERVER AND SUPPORT INVITATION FOR BIDS (IFB) 5-3147 NUTANIX 1450 SERVER AND SUPPORT ORANGE COUNTY TRANSPORTATION AUTHORITY 550 South Main Street P.O. Box 14184 Orange, CA 92863-1584 (714) 560-6282 Key IFB Dates Issue Date:

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

Invitation 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

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

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

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

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

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

More information

Request for Proposal # Executive Recruitment Services

Request for Proposal # Executive Recruitment Services Request for Proposal # 2019-001 Executive Recruitment Services Due Date: July 19, 2018 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500 N. Main Street,

More information

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID Date: March 11, 2013 STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID BID NO. 6000001166 The California Department of Corrections and Rehabilitation (CDCR), California

More information

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 9:00AM, Tuesday, February 6, 2018 BID DUE: 2:00PM PST, Monday, February

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

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

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

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL PROPOSAL No. 18024 Cameras-Lakeside Plant (Per Attached Specifications) Proposal Release: March 9, 2018 Proposal Questions Deadline: Proposal Due Date: March 23,

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

CONTRACT GENERAL CONDITIONS FOR COLLABORATIVE DESIGN-BUILD MAJOR PROJECTS

CONTRACT GENERAL CONDITIONS FOR COLLABORATIVE DESIGN-BUILD MAJOR PROJECTS CONTRACT GENERAL CONDITIONS FOR COLLABORATIVE DESIGN-BUILD MAJOR PROJECTS THE CALIFORNIA STATE UNIVERSITY Prepared by: OFFICE OF THE CHANCELLOR CAPITAL PLANNING, DESIGN AND CONSTRUCTION (www.calstate.edu/cpdc/cm)

More information

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

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

More information

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S SMALL TOWN VALUES 1115 13TH AVENUE PO BOX 79 SIDNEY NEBRASKA 69162 BIG TIME OPPORTUNITIES PHONE (308) 254-5300 FAX (308) 254-3164 www.cityofsidney.org City of Sidney Request for Qualifications and Proposal

More information

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016 CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco Contract No. 2784 Pier 23 Roof Repair ADDENDUM No. 1 Issued: December 16, 2016 The following clarifications, changes, additions or deletions are incorporated

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 PROJECT NAME: AGREEMENT TERM: AUTHORIZED RENEWALS: DEPARTMENT: DIVISION: CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 THIS AGREEMENT is made at Sacramento, California, as of,

More information

LONE TREE SCHOOL BELL SYSTEM

LONE TREE SCHOOL BELL SYSTEM WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL BELL SYSTEM PROPOSAL DUE DATE: NOVEMBER 16, 2010 1:00 p.m. The WHEATLAND SCHOOL DISTRICT wishes to attain a Bell system for its Lone Tree

More information

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

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

More information

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

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

More information

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay. responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay. (h) Primary Coverage. For claims arising out of or relating to work on the Specific Project, Tenant s insurance

More information

TABLE OF CONTENTS FIRE ALARM REPLACEMENT REDWOOD HALL PROJECT #XHS212

TABLE OF CONTENTS FIRE ALARM REPLACEMENT REDWOOD HALL PROJECT #XHS212 TABLE OF CONTENTS FIRE ALARM REPLACEMENT REDWOOD HALL PROJECT #XHS212 Bid Number:... PW18-2 Bid Opening Date:... Monday, January 14, 2019 Bid Opening Time:... 3:00 p.m. Exhibit A Notice to Contractors

More information

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM INVITATION FOR BIDDER'S PROPOSALS, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM OWNER: Village of Libertyville 200 East Cook Avenue Libertyville, Illinois 60048-2090 1. Invitation to Bid: Owner invites sealed

More information

CONTRACT GENERAL CONDITIONS FOR DESIGN-BUILD MAJOR PROJECTS

CONTRACT GENERAL CONDITIONS FOR DESIGN-BUILD MAJOR PROJECTS CONTRACT GENERAL CONDITIONS FOR DESIGN-BUILD MAJOR PROJECTS THE CALIFORNIA STATE UNIVERSITY Prepared by: OFFICE OF THE CHANCELLOR CAPITAL PLANNING, DESIGN AND CONSTRUCTION (www.calstate.edu/cpdc/cm) Revised

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

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

More information

Alabama State Port Authority

Alabama State Port Authority To: Prospective Bidders Date: 8/5/2016 Please procure the following and deliver to the address below: Delivery of Proposal: Alabama State Port Authority Location identified below in Notes #1 Delivery of

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

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

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

More information

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

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

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE 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 information

B. The Bid is made in compliance with the Bidding Documents.

B. 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 information

STUDENT HEALTH CENTER ENTRANCE STOREFRONT

STUDENT HEALTH CENTER ENTRANCE STOREFRONT Exhibit A Page 1 of 3 HUMBOLDT STATE UNIVERSITY Arcata, California NOTICE TO CONTRACTORS AND REQUEST FOR QUOTES Project: IFB Number: STUDENT HEALTH CENTER ENTRANCE STOREFRONT PW17-3 IFB Opening Date: Friday,

More information

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER August 2017 Name of Bidder Address Telephone Number TABLE OF CONTENTS CITY OF KALISPELL Used Asphalt Paver Title No. of Pages Table of Contents (This

More information

State of Florida Department of Transportation

State of Florida Department of Transportation ITB-DOT-10/11-4023FS State of Florida Department of Transportation INVITATION TO BID ITB Number: Project Description: MANDATORY PRE-BID CONFERENCE Deadline for Questions Sealed Bids Due: ITB-DOT-1 0/11-4023FS

More information

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR SANTA BARBARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR Multi-Purpose Building Renovation Projects at Harding University Partnership School and Roosevelt

More information

Request for Proposal # Postage Meter Lease & Maintenance Service

Request 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 information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT Section 1 Additional Administrative Information 1.1 Purchasing Agent The Purchasing Agent identified in the RFB cover sheet is the sole point of contact regarding

More information

City of Loveland, Ohio

City of Loveland, Ohio City of Loveland, Ohio Request for Proposal (RFP) Information Technology (IT) Managed Services Provider Proposals are due by 4:30 PM, November 1, 2017 The City of Loveland is inviting qualified Information

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2 OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2 PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 9:00AM PST, February 22, 2018 BID DUE: 2:00PM PST,

More information

CONTRACT GENERAL CONDITIONS FOR CONSTRUCTION MANAGER AT RISK WITH GUARANTEED MAXIMUM PRICE PROJECTS

CONTRACT GENERAL CONDITIONS FOR CONSTRUCTION MANAGER AT RISK WITH GUARANTEED MAXIMUM PRICE PROJECTS CONTRACT GENERAL CONDITIONS FOR CONSTRUCTION MANAGER AT RISK WITH GUARANTEED MAXIMUM PRICE PROJECTS THE CALIFORNIA STATE UNIVERSITY Prepared by: OFFICE OF THE CHANCELLOR CAPITAL PLANNING, DESIGN AND CONSTRUCTION

More information

REQUEST 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 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 information

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Bid Opening Date/Time Tuesday, September 1, 2015 @ 2:15 p.m. local time City of

More information

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

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

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

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

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST RFP14-1480 Request for Proposal RFP14-1480 SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST DATE OF ISSUE: September 08,, 2014 TO RESPOND BY RESPOND TO: September 22, 2014 3:00

More information

CONSTRUCTION CONTRACT

CONSTRUCTION CONTRACT CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page

More information

INVITATION FOR BID BID NO FOR: ANODIZED ALUMINUM TUBING COMMODITY CODE:

INVITATION FOR BID BID NO FOR: ANODIZED ALUMINUM TUBING COMMODITY CODE: Mark A. Cowart Chief Information Officer 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Equal Opportunity Employer Issue Date: June 4, 2010 THE COUNTY OF MERCED DEPARTMENT

More information

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

More information

HSU Reddie Grill Renovation OFFICIAL BID SHEET

HSU Reddie Grill Renovation OFFICIAL BID SHEET OFFICIAL BID SHEET BID NUMBER: 18-24 FIRM CONTRACT DATE: June 26, 2018 INVITATION Bids must be signed in Ink. Unsigned bids will not be considered. Bids are invited for the Renovation of the HSU Reddie

More information

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C) Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building City of Forest Park Request for Proposals Automatic Fire Sprinkler System - Community Building Mandatory Pre-Bid Conference March 4, 2014 at 1:30 pm Bid Deadline March 14, 2014 at 2:00 pm Purpose: The

More information

AIA Document A701 TM 1997

AIA 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

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

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

More information

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

PART INSTRUCTIONS TO BIDDERS

PART INSTRUCTIONS TO BIDDERS [ ] [ ] [ ] Date [Date] [ ] [] PART 1 - INSTRUCTIONS TO BIDDERS CLAUSE 1 - DOCUMENTS 1 DOCUMENTS Carefully examine the following information. Failure to follow these instructions may result in bid disqualification.

More information