Department of Procurement, Contracting, and Payment Services

Size: px
Start display at page:

Download "Department of Procurement, Contracting, and Payment Services"

Transcription

1 Department of Procurement, Contracting, and Payment Services RE: Stansbury Hall Bathroom Renovations RFB M Pre-Bid Date: May 29, 2013 Bid Due Date: June 10, 2013 May 22, 2013 Dear Contractor: West Virginia University, on behalf of its Board of Governors, would like to Open for competitive bid the following project to the Open End Task Order Pre-Qualified Prime General Contractors. This notification is to inform you that you are qualified to participate and be awarded projects under the terms and conditions as set forth in your contract. The Invitation to bid follows and will lay out all the key issues of this EXPEDITED SOLICITATION; please review the following information as it pertains to this project. West Virginia University has implemented an Expedited Solicitation process where under certain situations an Invitation to Bid on a project may be issued with stricter time lines for pre-mandatory conferences and site visits as well as shorter bid due dates. Please review this information carefully and call if you have any questions. A Notice of Intent to Award will be sent electronically to your company if you are selected as the apparent low bidder which will state the additional documentation needed by the University before a Purchase Order for any project can be issued. In addition the necessary forms to expedite your end of the process pertaining to any bonds or other information will also be sent electronically. No work may begin until a purchase order is issued. If you are issued a Notice of Intent to Award, the document will state a personal contact regarding any documents which will need to be submitted by you. Please contact the Procurement Services Division of West Virginia University at (304) to contact this individual. If you have any questions regarding this correspondence or any information included herein, please contact me directly and I will be glad to assist you. My office number is (304) Sincerely, /s/ Mark Stewart Associate Director for Construction Contract Administration 1

2 2

3 TABLE OF CONTENTS Introduction:... 4 Obtaining Plans & Specifications:... 4 Mandatory Pre-Bid Meeting Information... 4 Time... 4 Date... 4 Place... 4 Cut-Off For Questions:... 4 Time... 4 Date... 4 Bid Submission Information:... 4 Submission of Bids:... 4 Bid Due Date:... 5 Bid Review Date... 5 RFB Number... 5 Project Description:... 5 Scope of Work:... 5 Contractor's License... 8 State of West Virginia Purchasing Affidavit Attachment A... 8 West Virginia Alcohol & Drug-Free Workplace Act Attachment B... 9 Successful Bidder Requirements: Prevailing Wage Rates WV Prevailing Wage Requirements Attachment C Workers' Compensation Requirements Wage Bond: Insurance Vendor Registration: Performance, Payment and Maintenance Bonds: Obligations of Successful Bidder: Contract Information Contract Time Liquidated Damages Progress Payments West Virginia American Steel Act of Termination of the Contract Funding Paragraph DEPOSITORIES FOR BIDDING DOCUMENTS SUMMARY OF PROMPT PAYMENT ACT OF ATTACHMENT D... 20

4 Introduction: West Virginia University on behalf of its Board of Governors invites qualified Firms to submit a bid to provide all labor, materials, equipment and services for the renovations to two bathrooms in Stansbury Hall located on the Downtown Campus of West Virginia University. Obtaining Plans & Specifications: All work shall be in accordance with the project description, scope of work, and attached cut-sheet prepared by Facilities Management and located herein and the Request for Bid. Mandatory Pre-Bid Meeting Information: A MANDATORY Pre-Bid Meeting is scheduled for: Time: 9:00 a.m. Date: May 29, 2013 Place: Stansbury Hall - Room 47 (Annex) 83 Beechurst Avenue Morgantown, WV The Pre-Bid Meeting is mandatory. All Bidders MUST attend the Pre-Bid Meeting to familiarize themselves with the Project location, site conditions, and other relevant information. Should any Bidder fail to attend, their Bid will be disqualified. Cut-Off For Questions: WVU will attempt to provide Bidders (3) Three business days for the completion of responses without any new information being included in the solicitation. Therefore, all questions regarding this RFB shall be submitted to WVU by the following date and time: Time: 5:00 p.m. Date: June 4, 2013 Bid Submission Information: Submission of Bids: Bids will be received by the OWNER through the Open End Task Order Solicitation Web-site until 9:00 p.m. on June 10, For information pertaining to this project or solicitation procedures please contact: West Virginia University Procurement, Contracting & Payment Services Third Floor Mark Stewart, Associate Director One Waterfront Place / Don Knotts Blvd P.O. Box 6024 Morgantown, WV (304)

5 Bids should be submitted electronically by Web access at E-Procurement BID Bid Due Date: Bid Review Date: RFB Number: June 10, 2013 at 9:00 p.m. June 11, 2013 *Automated System allows review next business day at 9:00 a.m.* M Project Description: This bid will select a single contractor to provide all labor, materials, and equipment required for two renovation projects in Stansbury Hall. WHEN SUBMITTING ELECTRONIC BID, ATTACHMENT D MUST BE INCLUDED, WHICH IS THE COST BREAKDOWN FOR THE TWO PROJECTS. THE COMBINED COST MUST EQUAL TOTAL BID. Bathroom A - Room 148 will be modified for use as a unisex ADA accessible restroom. This project will include all labor, materials, and equipment for the demolition of existing fixtures, installation of new fixtures, installation of a baby changing station, a new door and hardware (see attached cut-sheets), plumbing work, and new flooring and paint. The existing space is approximately 17 0 x 11 9 and the existing ceiling is approximately 11 8 A.F.F. All measurements must be field verified by the contractor. Bathroom B - Room 01B is the toilet area of the existing men's locker room. This project will include all labor, materials, and equipment for the demolition of existing fixtures, installation of new fixtures, plumbing work, and new finishes. The existing space is approximately x 12 0 and the existing ceiling is approximately 12 0 A.F.F. All measurements must be field verified by the contractor. NOTE: All work is to be completed according to the current revision of the WVU Design and Construction Standards which are available online at the following internet address: construction2/construction_services/design_and_constr uction_standards/design_guidelines_and_construction_standards Scope of Work: Bathroom A Room 148 (ADA) Demolition Remove 3 stall type urinals Remove 2 floor mounted toilets Remove and Salvage all ADA grab bars and toilet accessories Remove 2 toilet partitions Remove 1 standard lavatory Remove all existing floor tile Remove existing door and door hardware Remove and Salvage paper towel dispenser and soap dispenser Patch and repair floor and walls Cap existing plumbing at locations not being reconnected; one (1) lavatory, two (2) urinal, one (1) water closet 5

6 New Work Provide and Install new ceramic mosaic floor tile and mosaic tile wall base. Paint all walls, ceiling, door frame, and new door. Provide and Install new wall mounted ADA compliant urinal. Provide and Install new modesty partition for new urinal. Provide and Install new ADA compliant toilet and toilet seat. Reinstall ADA grab bars (2) and toilet tissue dispenser. Provide and install new baby changing station. Provide and install new door and door hardware. Provide and install insulated wrap for piping below remaining existing lavatory to protect users from contact with exposed piping. Reinstall paper towel dispenser and soap dispenser. FIXTURES: Water Closet Kohler Model K or approved equal A. Toilet shall be floor mounted, white, vitreous china, elongated bowl, with a 1.5 top spud. B. Flushometer shall be Sloan Optima Systems Model SMO High Efficiency or equivalent. Urinal Kohler Darfield Model K-5024-T or approved equal A. Urinal shall be wall mounted, white, vitreous china, with a 0.75 top spud, a 1.5 outlet. B. Urinal shall measure a minimum 13.5 from outer face of urinal to back of fixture. C. Flushometer shall be Sloan Model High Efficiency Urinal or equivalent with a Sloan Optima Systems Side Mount Operator Model EBV-89-A. TOILET ACCESSORIES: Baby Changing Station Koala Kare Products KB or approved equal A. Baby changing station shall be plastic, surface-mounted, horizontal design, cream color. B. Baby changing station is to be mounted per manufacturer s instructions for ADA compliance to meet applicable ADA regulations. DOOR AND HARDWARE: Hollow Metal Door A. New door 3-0 x 7-0 x 1-3/4 ; installed in existing door frame. B. Paint new door and existing frame: Revel Blue, Sherwin Williams, SW Lock A. Corin Russwin Lockset Series ML2030 with Lustra LSA trim. (See attached information) Closer A. LCN 4040XP series closer. (See attached information) Kick Plates A. Per WVU Design Guidelines and Specifications; Section

7 FINISHES: NOTE: All selected finishes shall meet the standards of West Virginia University. Type Material Size Finish Color Manufacturer Number Floor Mosaic Tile 2 x 2 Unglazed Base Mosaic Tile 2 x 2 Unglazed Willow Speckled (A94) Willow Speckled (A94) American Olean American Olean Wall 01 Existing Paint Revel Blue Sherwin Williams SW 6530 Wall 02 Existing Paint Dover White Sherwin Williams SW 6385 Ceiling Exposed Paint Dover White Sherwin Williams SW 6385 Bathroom B Room 01B Men s Locker Room Alteration Demolition Remove two (2) wall mounted trough style urinals Remove two (2) floor mounted toilets Patch and repair floor and walls New Work Provide and Install four (4) new wall mounted urinals Provide and Install two (2) new floor mounted toilets and toilet seats Provide and Install four (4) new modesty partitions for urinals Prepare existing terrazzo tile floor to receive new mosaic tile flooring Provide and Install new mosaic tile floor and mosaic tile wall base Provide and Install transitional threshold between toilet area and locker area. Paint toilet partitions, walls, and ceiling FIXTURES: Water Closet Kohler Model K or approved equal A. Toilet shall be floor mounted, white, vitreous china, elongated bowl, with a 1.5 top spud. B. Flushometer shall be Sloan Optima Systems Model SMO High Efficiency or equivalent. Urinal Kohler Darfield Model K-5024-T or approved equal A. Urinal shall be wall mounted, white, vitreous china, with a 0.75 top spud, a 1.5 outlet. B. Urinal shall measure a minimum 13.5 from outer face of urinal to back of fixture. C. Flushometer shall be Sloan Model High Efficiency Urinal or equivalent with a Sloan Optima Systems Side Mount Operator Model EBV-89-A. 7

8 FINISHES: NOTE: All selected finishes shall meet the standards of West Virginia University. Type Material Size Finish Color Manufacturer Number Floor Mosaic Tile 2 x 2 Unglazed Base Mosaic Tile 2 x 2 Unglazed Willow Speckled (A94) Willow Speckled (A94) American Olean American Olean Wall 01 Existing Paint Revel Blue Sherwin Williams SW 6530 Wall 02 Existing Paint Vanillin Sherwin Williams SW 6371 Ceiling Exposed Paint Dover White Sherwin Williams SW 6385 Bid Acceptance Requirements: Contractor's License West Virginia Code requires that all persons desiring to perform contractual work in West Virginia must be duly licensed. The West Virginia Contractors Licensing Board is empowered to issue the contractor's license. Application for a contractor's license may be made by contacting the West Virginia Division of Labor, Building 3, Room Kanawha Blvd. E., Charleston, West Virginia, Telephone (304) West Virginia Code requires any prospective Bidder to include the contractor's license number on their bid. The successful Bidder will be required to furnish a copy of their contractor's license prior to issuance of a Purchase Order/Contract. It shall be the General Contractor's responsibility to ensure that all sub-contractors are duly licensed to perform work with the State of West Virginia. State of West Virginia Purchasing Affidavit Attachment A West Virginia Code 5A-3-10a states: No contract or renewal of any contract may be awarded by the state or any of its political subdivisions to any vendor or prospective vendor when the vendor or prospective vendor or a related party to the vendor or prospective vendor is a debtor and the debt owed is an amount greater than one thousand dollars in the aggregate. DEFINITIONS: Debt means any assessment, premium, penalty, fine, tax or other amount of money owed to the state or any of its political subdivisions because of a judgment, fine, permit violation, license assessment, defaulted workers compensation premium, penalty or other assessment presently delinquent or due and required to be paid to the state or any of its political subdivisions, including any interest or additional penalties accrued thereon. Debtor means any individual, corporation, partnership, association, limited liability company or any other form or business association owing a debt to the state or any of its political subdivisions. Political subdivision means any county commission; municipality; county board of education; any instrumentality established by a county or municipality; any separate corporation or instrumentality established by one or more counties or municipalities, as permitted by law; or any public body charged by law with the performance of a government function or whose jurisdiction is coextensive with one or more counties or municipalities. Related party means a party, whether an individual, corporation, partnership, association, limited liability company or any other form or business association or other entity whatsoever, related to any vendor by blood, marriage, ownership or 8

9 contract through which the party has a relationship of ownership or other interest with the vendor so that the party will actually or by effect receive or control a portion of the benefit, profit or other consideration from performance of a vendor contract with the party receiving an amount that meets or exceed five percent of the total contract amount. EXCEPTION: The prohibition of this section does not apply where a vendor has contested any tax administered pursuant to chapter eleven of this code, workers compensation premium, permit fee or environmental fee or assessment and the matter has not become final or where the vendor has entered into a payment plan or agreement and the vendor is not in default of any of the provisions of such plan or agreement. Under penalty of law for false swearing (West Virginia Code ), it is hereby certified that the vendor affirms and acknowledges the information in this affidavit and is in compliance with the requirements as stated. West Virginia Alcohol & Drug-Free Workplace Act Attachment B This Contract constitutes a public improvement construction contract as set forth in Article 1D, Chapter 21 of the West Virginia Code ( The West Virginia Alcohol and Drug-Free Workplace Act ), the following language shall hereby become part of this Contract: The contractor and its subcontractors shall implement and maintain a written drug-free workplace policy in compliance with the West Virginia Alcohol and Drug-Free Workplace Act, as set forth in Article 1D, Chapter 21 of the West Virginia Code. The contractor and its subcontractors shall provide a sworn statement in writing, under the penalties of perjury, that they maintain a valid drug-free workplace policy in compliance with the West Virginia Alcohol and Drug-Free Workplace Act. It is understood and agreed that this Contract shall be cancelled by the awarding authority if the Contractor: 1) Fails to implement its drug-free workplace policy; 2) fails to provide information regarding implementation of the contractor s drug-free workplace policy at the request of the public authority; or 3) Provides to the public authority false information regarding the contractor s drug-free workplace policy. West Virginia Code 21-1D-5 provides that: Any solicitation for a public improvement construction contract shall require each vendor that submits a bid for the work to submit at the same time an affidavit (See Attachment B) that the vendor has a written plan for a drug-free workplace policy in compliance with Article 1D, Chapter 21 of the West Virginia Code. A public improvement construction contract may not be awarded to a vendor who does not have a written plan for a drug-free workplace policy in compliance with Article 1D, Chapter 21 of the West Virginia Code and who has not submitted that plan to the appropriate contracting authority in timely fashion. For a vendor who is a subcontractor, compliance with Section 5, Article 1D, Chapter 21 of the West Virginia Code may take place before their work on the public improvement is begun. No Debt. West Virginia Code 5A-3-10a provides that: No contract or renewal of any contract may be awarded by the state or any of its political subdivisions to any vendor or prospective vendor when the vendor or prospective vendor or a related party to the vendor or prospective vendor is a debtor and the debt owed is an amount greater than one thousand dollars in the aggregate. ANTITRUST. In submitting a bid to any agency for the state of West Virginia, the bidder offers and agrees that if the bid is accepted the bidder will convey, sell, assign or transfer to the state of West Virginia all rights, title and interest in and to all causes of action it may now or hereafter acquire under the antitrust laws of the United States and the state of West Virginia for price fixing and/or unreasonable restraints of trade relating to the particular commodities or services purchased or acquired by the state of West Virginia. Such assignment shall be made and become effective at the time the purchasing agency tenders the initial payment to the bidder. I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, limited liability company, partnership or person or entity submitting a bid for the same materials, supplies, equipment or services and is in all respects fair and without collusion or fraud. I further certify that I am authorized to sign the certification on behalf of the bidder or this bid. 9

10 LICENSING. Vendors must be licensed and in good standing in accordance with any and all state and local laws and requirements by any state or local agency of West Virginia, including, but not limited to, the West Virginia Secretary of State s Office, the West Virginia Tax Department, West Virginia Insurance Commission, or any other state agencies or political subdivision. Furthermore, the vendor must provide all necessary releases to obtain information to enable the Director or spending unit to verify that the vendor is licensed and in good standing with the above entities. CONFIDENTIALITY. The vendor agrees that he or she will not disclose to anyone, directly or indirectly, any such personally identifiable information or other confidential information gained from the agency, unless the individual who is the subject of the information consents to the disclosure in writing or the disclosure is made pursuant to the agency s policies, procedures and rules. Respondents to this solicitation must provide Attachment B at the time of bid submission attesting to the above information as indicated under 1.4 or such bid will be disqualified. If respondent is the apparent successful bidder and has provided Attachment B, the respondent must provide a copy of its drug-free workplace policy which is in compliance with Article 1D, Chapter 21 of the West Virginia Code prior to contract award, failure to do so may be grounds for disqualification. ALL RESPONDENTS ARE REQUIRED TO SUBMIT ATTACHMENT B AS AN ATTACHMENT WHEN SUBMITTING THEIR BID ELECTRONICALLY. Successful Bidder Requirements: Prevailing Wage Rates The successful Bidder and all subcontractors must pay the higher of the U. S. Department of Labor Minimum Wage Rates or the West Virginia Department of Labor Wage Rates as established for Monongalia County, pursuant to West Virginia Code , et seq. Copies of current wage rates may be located at the following web sites: State of WV Wage Rates Federal Wage Rates WV Prevailing Wage Requirements Attachment C Workers' Compensation Requirements: The successful bidder shall be in compliance with all rules and regulations of the State of West Virginia Workers' Compensation Fund and have all premiums paid and reports filed currently. The successful Bidder will be required to furnish a copy of their proof of coverage prior to issuance of a purchase order. Wage Bond: Firms engaged in construction work in West Virginia less than five (5) years proceeding the date of the Bid shall post a wage bond with the West Virginia Department of Labor. Insurance: The Contractor shall purchase and maintain for the duration of the work insurance coverage for not less than the minimum limits set forth in your Open End Contract (or greater if required by law).. The successful Bidder will be required to furnish a copy of their proof of coverage prior to issuance of a purchase order. All such insurance policies shall provide for at least thirty (30) days prior written notice of cancellation to the University. The Certificate of Coverage shall be signed by an authorized agent and listing WVU Procurement, Contracting & Payment Services; PO Box 6024; Morgantown WV , as Certificate Holder. 10

11 Vendor Registration: All vendors and/or Contractors must be registered with the State of West Virginia before conducting business. All vendors must be registered prior to issuance of a purchase order and will be responsible for and must pay any registration fee. All bidders are encouraged to contact WVU Procurement, Contracting & Payment Services at phone number for further information Performance, Payment and Maintenance Bonds: The successful Bidder will be required to furnish, at the Bidder's expense, a Performance Bond and a Labor and Material Payment Bond for One Hundred Percent (100%) of the contract award and, if applicable, a two (2)-year roofing Maintenance Bond for the full value of the roofing system. Countersignature by a resident agent of the State of West Virginia is no longer required; however, bonds must be executed by a company licensed to transact surety insurance in the State of West Virginia. Obligations of Successful Bidder: The successful Bidder shall deliver the required bonds and all other Contract Documents, including Certificates of Insurance, within fifteen (15) days after receipt of the Owner's letter of intent to award a Contract. All Contract Documents must be properly executed. Should the successful Bidder fail or refuse to deliver the required bonds and all other Contract Documents, properly executed, within fifteen (15) days after receipt of the Owner's notice of intent to award a Contract, the successful Bidder shall forfeit the security deposited with his Bid as liquidated damages (unless otherwise stipulated by the Purchasing Section), not as a penalty. Contract Information: Contract Time The Bidder, if successful and awarded a Contract, agrees that all Work is to be Substantially Complete within Thirty (30) consecutive calendar days following the start date in the Owner's written Notice to Proceed and/or Purchase Order, and agrees to achieve Final Completion within Five (5) consecutive calendar days thereafter, time is of the essence. The successful Bidder further agrees that the Contract Time, stated above, may be reduced, at Owner s sole and absolute discretion, if the successful Bidder does not comply with the submission requirements as set for the under Obligations of Successful Bidder, above. Any work performed or any materials contracted for prior to receipt of the Owner's written Notice to Proceed and/or Purchase Order shall be at the Bidder's risk. Liquidated Damages The Owner will suffer financial loss if all Work is not Completed within the Contract Time. For each calendar day of delay in achieving Final Completion, the Contractor shall be liable for and shall pay the Owner Two- Hundred ($200.00) per day, not as a penalty, but as liquidated damages. Allowance may be made for delays due to shortages of materials and/or energy resources, subject to proof by documentation, and also for delays due to strikes or other delays beyond the control of the Contractor. All delays and any claim for extension of the Contract Time must be properly documented in accordance with the Contract Documents by the Contractor. If a court of competent jurisdiction declares or determines that the liquidated damages clause contained herein, or any part thereof, is unenforceable, then the Owner shall have the right to seek any and all damages incurred by it and meant to be covered by such clause, or part thereof, as the case may be, in law, equity or otherwise. 11

12 Progress Payments The Owner shall make progress payments on account of the Contract Sum to the Contractor for a period ending the 25th day of each month. The invoice should be delivered to the Owner before the first day of the month and must be certified and approved by the Owner's project representative. Payment will be made within thirty (30) days thereafter. Until the Work is 50 percent complete, the Owner will pay 90 percent of the amount due the Contractor on account of progress payments. At the time the Work is 50 percent complete and thereafter, if the manner of completion of the Work and its progress are and remain satisfactory to the Owner and Architect, and in the absence of other good and sufficient reasons, the Architect will, on presentation by the Contractor a Consent of Surety, authorize any remaining partial payments to be paid in full. Final payment shall not be due until the Contractor has delivered to the Owner a complete release of all liens or a bond satisfactory to the Owner indemnifying him against any lien. West Virginia American Steel Act of 2001 All Contractors, when applicable, shall comply with the provisions of the West Virginia American Steel Act of 2001, West Virginia Code 5A-3-56, as further described in State of West Virginia Supplementary Conditions to AIA Document A , Article 3, paragraph , included herein. Termination of the Contract The Owner may, at any time, terminate the Contract in whole or in part for the owner's convenience and without cause. In such an event, the Contractor shall be paid for all work performed in accordance with the Contract documents, for reasonable termination expenses and a reasonable allowance for overhead and profit on Work completed. However, such payments, exclusive of termination expenses, shall not exceed the total Contract Sum as reduced by other payments made to the Contractor and further reduced by the value of the Work as yet not completed. The Contractor shall not be entitled to overhead and profit on work which has not been performed. Funding Paragraph Services performed under the Contract are to be continued in the succeeding fiscal year contingent upon funds being appropriated by the Legislature for this service. In the event funds are not appropriated for these services, this Contract becomes of no effect and is null and void after June 30. SMALL, MINORITY AND WOMEN OWNED FIRMS ARE ENCOURAGED TO CONDUCT BUSINESS WITH WVU. END OF INVITATION TO BID 12

13 DEPOSITORIES FOR BIDDING DOCUMENTS Bidding Documents may be available for examination without charge at the following locations: West Virginia University Procurement, Contracting & Payment Services One Waterfront Place PO Box 6024 Morgantown, WV CONTACT: Mark Stewart, Associate Director (304)

14 SUMMARY OF PROMPT PAYMENT ACT OF 1990 (WEST VIRGINIA CODE 5A-3-54) INSTITUTION S RESPONSIBILITY: According to the Prompt Payment Act of 1990 (West Virginia Code 5A-3-54), any properly registered and qualified vendor who supplies services or commodities to an institution is entitled to prompt payment upon presentation to the institution of a legitimate uncontested invoice. The institution s accounts payable function shall establish institutional procedures to ensure that vendors are paid promptly. An institution receiving a legitimate uncontested invoice shall process the invoice within ten working days from its receipt. This means that invoices shall be processed at the institution and forwarded to the State Auditor within ten days of receipt of the vendor s legitimate and uncontested invoice. An invoice shall be deemed to have been received on the date it is marked received by the institution, or three days after the date of the postmark made by the United States Postal Service as evidenced on the envelope in which the invoice was mailed, whichever is earlier. If the invoice is received prior to delivery and acceptance of the goods and services, the invoice shall be deemed to be received on the date the goods are delivered and accepted or the services fully performed and accepted. VENDOR S RESONSIBLITIY: In order to receive timely payment, vendors have the obligation and responsibility to present invoices that are timely and accurate. An original of a vendor s invoice is needed for payment. The invoice must also contain identical information as sown on the purchase order or contract, such as: A. Vendor s name and address; B. Federal Employer s Identification Number (FEIN); C. Purchase order number; D. Invoice should be mailed to the proper address at the institution; E. Item description and number; F. Quantity, unit of measure and/or unit price, and extension of each item; G. Invoice total; H. Dates of order and shipment; I. Back order, if any; J. Cancellations, if any; K. Credit memo, if the credit is not part of the invoice; and L. Invoices for services rendered must include the dates of service and be prepared according to the payment terms in the contract or purchase order. INTEREST ON LATE PAYMENT: The Prompt Payment Act of 1990 (West Virginia Code 5A-3-54) entitles a vendor to interest on legitimate and uncontested invoices that have not been paid from the 61 st day after the invoice was received until the date when the check was mailed to the vendor. The Act considers an invoice uncontested when it accurately covers the goods and services received. If the invoice is received prior to delivery and acceptance of the good and services, the invoice shall be deemed to be received on the date the goods are delivered and accepted or the services fully performed and accepted. In order to receive payment for interest if entitled, a vendor must make a request in writing to the State Auditor and provide proof that the vendor received a check for payment of the invoice after the 60-day time limit. If the vendor is entitled to interest, the State Auditor s Office will calculate the interest and pay any amounts due. 14

15 Attachment A 15

16 Attachment B 16

17 17

18 18

19 Attachment C 19

20 ATTACHMENT D TO THE OWNER: West Virginia University Board of Governors RFB No M FROM: PROJECT: Stansbury Hall Bathroom Renovations 83 Beechurst Avenue Morgantown, WV Attachment D must be submitted electronically with bid submission. Bathroom A - Room 148 will be modified for use as a unisex ADA accessible restroom. This project will include all labor, materials, and equipment for the demolition of existing fixtures, installation of new fixtures, installation of a baby changing station, a new door and hardware, plumbing work, and new flooring and paint. The existing space is approximately 17 0 x 11 9 and the existing ceiling is approximately 11 8 A.F.F. All measurements must be field verified by the contractor. (Amount to be shown in both words and numbers. In the event of a difference between the written amount and the number amount, the written amount shall prevail.) $ Bathroom B - Room 01B is the toilet area of the existing men's locker room. This project will include all labor, materials, and equipment for the demolition of existing fixtures, installation of new fixtures, plumbing work, and new finishes. The existing space is approximately x 12 0 and the existing ceiling is approximately 12 0 A.F.F. All measurements must be field verified by the contractor. (Amount to be shown in both words and numbers. In the event of a difference between the written amount and the number amount, the written amount shall prevail.) $ TOTAL COMBINED COST OF BATHROOM A and B: (Amount to be shown in both words and numbers. In the event of a difference between the written amount and the number amount, the written amount shall prevail.) $ 20

21

22

23

24

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

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

More information

AGENCY PURCHASE ORDER

AGENCY PURCHASE ORDER WV-88 (REV. 06/08/12) State of West Virginia Purchasing Division AGENCY PURCHASE ORDER Page 1 of Pages Date Purchase Order # Department or Institution WVFIMS Account # Spending Unit Name & Address Name

More information

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS September, 2004 TABLE OF CONTENTS 1. Executory Clause 2. Non-Assignment Clause 3. Comptroller s Approval 4. Workers Compensation Benefits 5. Non-Discrimination

More information

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

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

More information

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax: COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA 19601 Tel: 610-478-6168 Fax: 610-898-7404 Kelly A. Laubach, CPPB, Director of Contracts and Procurement

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

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS TABLE OF CONTENTS 1. Executory Clause 3 2. Non-Assignment Clause 3 3. Comptroller s Approval 3 4. Workers Compensation Benefits 3 5. Non-Discrimination

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

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

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

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

ADVERTISEMENT FOR BIDS

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

More information

REQUEST FOR BID (RFB)

REQUEST FOR BID (RFB) REQUEST FOR BID (RFB) REQUESTOR: PROJECT: City of Georgetown 1134 North Fraser Street Georgetown, SC 29440 Contact: Daniella Howard, Purchasing Agent Email: dhoward@cogsc.com Phone: 843.545.4043 Restroom

More information

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618 PUBLIC WORKS DEPARTMENT BID FORMS FOR FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL

More information

M E M O R A N D U M. March 13, 2019

M E M O R A N D U M. March 13, 2019 M E M O R A N D U M March 13, 2019 TO: FROM: RE: All Qualified Contractors Nicole Davis Redevelopment Authority of the City of York Repairs to Side Wall of 314 South George Street, York, PA. There will

More information

INSTRUCTIONS TO VENDORS SUBMITTING BIDS (Agency Delegated Procurements Only)

INSTRUCTIONS TO VENDORS SUBMITTING BIDS (Agency Delegated Procurements Only) INSTRUCTIONS TO VENDORS SUBMITTING BIDS (Agency Delegated Procurements Only) 1. REVIEW DOCUMENTS THOROUGHLY: The attached documents contain a solicitation for bids. Please read these instructions and all

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

APPENDIX 15 LABOR CODE REQUIREMENTS

APPENDIX 15 LABOR CODE REQUIREMENTS APPENDIX 15 LABOR CODE REQUIREMENTS A. Worker s Compensation Developer shall comply with the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL West Virginia Board of Risk and Insurance Management RIM:09092013 TABLE OF CONTENTS Section 1: General Information Section 2: General Terms and Conditions Section 3: Project Specifications

More information

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017 SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

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

5. BID FORMS TABLE OF CONTENTS

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

More information

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

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2016-22: MULTIPLE BATHROOM GUT/REFINISH, PRENGER FAMILY CENTER SUBMISSIONS SHALL BE ACCEPTED UNTIL FRIDAY, JUNE 3 at 9:00 a.m. CENTRAL AND RECEIVED

More information

STANDARD CLAUSES FOR NYS CONTRACTS

STANDARD CLAUSES FOR NYS CONTRACTS STANDARD CLAUSES FOR NYS CONTRACTS The parties to the attached contract, license, lease, amendment or other agreement of any kind (hereinafter, "the contract" or "this contract") agree to be bound by the

More information

Valley Regional Fire Authority Invitation to Bid

Valley Regional Fire Authority Invitation to Bid VRFA 16-01: General Contractor for Facility Improvements at Fire Stations 31 and 38 Responses due by 5:00 pm PST on September 14, 2016 1.0 Introduction. The Valley Regional Fire Authority (VRFA) is seeking

More information

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. ADDENDUM No. 1 PROJECT SDARNG Renovate Main Latrines Brookings Armory, CFMO#FBR462124M BID DATE 3:00 PM CT June 2, 2017 BID LOCATION Brookings Armory 300 5 th Street South, Brookings, SD 57006 ISSUE DATE

More information

Randolph County Schools. Renovations to Third Ward Elementary School

Randolph County Schools. Renovations to Third Ward Elementary School Randolph County Schools Pre-Bid Meeting Notes August 8, 2011; 11:00 a.m. Third Ward Elementary School, 111 Nathan St., Elkins, WV, 26241 This meeting was mandatory for General Contractors, optional for

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

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,

More information

French Hall Rehab Main Entrance

French Hall Rehab Main Entrance SUCF PN L23132 SUNY Canton 34 Cornell Drive St. Lawrence County, New York French Hall Rehab Main Entrance Addendum No. 2 December 20, 2018 This Addendum is hereby made part of the Contract Documents as

More information

INSTRUCTIONS TO VENDORS SUBMITTING BIDS

INSTRUCTIONS TO VENDORS SUBMITTING BIDS INSTRUCTIONS TO VENDORS SUBMITTING BIDS 1. REVIEW DOCUMENTS THOROUGHLY: The attached documents contain a solicitation for bids. Please read these instructions and all documents attached in their entirety.

More information

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL Proposal of, hereinafter called the "BIDDER", (a) / (an), (Corporation, Partnership, individual) doing business as, to Hoffman Estates

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

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

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

More information

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE Book No. BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE SUBMITTED BY: City of Oneida 109 North Main Street Oneida NY 13421 TABLE OF CONTENTS PAGE ADVERTISEMENT - INVITATION TO BID A - 1 INSTRUCTIONS

More information

ATTACHMENT L REQUIREMENTS FOR CALIFORNIA PUBLIC WORKS PROJECTS

ATTACHMENT L REQUIREMENTS FOR CALIFORNIA PUBLIC WORKS PROJECTS Date Page 1 of 9 ATTACHMENT L REQUIREMENTS FOR CALIFORNIA PUBLIC WORKS PROJECTS Department of Industrial Relations Registration 1. In accordance with California Labor Code Section 1725.5, all public works

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

LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR RESTROOM CLEANING FOR TERRY PARK

LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR RESTROOM CLEANING FOR TERRY PARK INFORMAL TELEPHONE QUOTATION NO.: IT130110 LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR RESTROOM CLEANING FOR TERRY PARK Vendors: Lee County is requesting quotes for restroom cleaning service for

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

West Virginia Board of Risk and Insurance Management RFP#: RIM

West Virginia Board of Risk and Insurance Management RFP#: RIM REQUEST FOR PROPOSAL West Virginia Board of Risk and Insurance Management RFP#: RIM 102310 TABLE OF CONTENTS Section 1: Section 2: Section 3: Section 4: Section 5: General Information Project Specifications

More information

STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY )

STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY ) STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY ) THIS AGREEMENT is made this day of, 20, by and between Horry County, a political subdivision of the State of South Carolina, whose Administrative

More information

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

INVITATION TO BID Town Hall First Floor Renovation Project, Windsor CT. Town Hall First Floor Renovation Project, Windsor CT. INVITATION TO BID 1. Sealed bids are invited by the Town of Windsor Public Building Commission, Windsor, CT, hereinafter called the Owner, for the Project: "Town Hall First Floor Renovation Project, Windsor

More information

APPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE.

APPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE. PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE. TABLE OF CONTENTS Section. Page. 1. Relationship of parties. 2 2. Executory clause 2 3. Extensions, renewals, modifications. 2 4. Non-assignment clause.

More information

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number 525 South Lawrence Street Montgomery, Alabama 36104 Repair/Restore Fire Units at Paterson Court IFB Number 2018-08 TYPE OF PROJECT: Invitation for Bids (IFB) to Repair/Restore Fire Units at Paterson Court

More information

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above. AGREEMENT BETWEEN DEPARTMENT AND CONTRACTOR STATE PROJECT NO.: STATE MINORITY VENDOR DESIGNATION DRAWINGS: FDACS PROJECT NAME AND LOCATION: SPECIFICATIONS: THIS AGREEMENT made this day of in the year.

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

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District Hoffman Estates Park District BID DATE: 12/5/16 BID TIME: 10am CST PREPARED BY: Brian Bechtold Director of Golf Operations 847-781-3679 HOFFMAN ESTATES PARK DISTRICT 1685 W. Higgins Road Hoffman Estates

More information

Attachment C New York State Energy Research and Development Authority ( NYSERDA ) AGREEMENT

Attachment C New York State Energy Research and Development Authority ( NYSERDA ) AGREEMENT Attachment C New York State Energy Research and Development Authority ( NYSERDA ) 1. Agreement Number: 2. Subgrantee: 3. Project Contact: 4. Effective Date: _/ /2016 5. Total Amount of Award: $ 6. Project

More information

REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE. for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK

REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE. for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK NOVEMBER 26, 2008 NOTICE TO PROPOSERS FOR TRUCK SCALE REPLACEMENT FOR THE

More information

BID FORM (Lump Sum or Unit Price)

BID FORM (Lump Sum or Unit Price) BID FORM (Lump Sum or Unit Price) BIDDER S Name and Address: Telephone: Fax: Federal Tax ID #: New Mexico Tax ID #: CID License # ITB NO.: 15-109 NAME: Cameo ES Roof Abatement and non ACM Roofing Removal

More information

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS Date Issued: August 11, 2015 Bid Number: LCRA-75 The City of Sikeston Land Clearance for Redevelopment Authority (LCRA) is soliciting sealed bids for

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

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

COMPOSITE BID CONSISTING OF

COMPOSITE BID CONSISTING OF BID DOCUMENTS FOR Ontario High School Kitchen Equipment and Serving Line Remodel Submit Bids April 28, 2016 May 13, 2016 Walk through OHS 5/04/16 2:00p.m. COMPOSITE BID CONSISTING OF TABLE OF CONTENTS

More information

INVITATION TO BID JANITORIAL SERVICES

INVITATION TO BID JANITORIAL SERVICES INVITATION TO BID JANITORIAL SERVICES Bid Advertised: May 4, 2016 Date of Issue: May 11, 2016 Pre-bid Meeting & Building Tour: May 23, 2016 (10 am) Bids Due: June 7, 2016 Time: 5:00 pm Issued By: Cabarrus

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

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 DATE April 12, 2017 TABLE OF CONTENTS 1. SUMMARY AND BACKGROUND...

More information

TALBOT COUNTY, MARYLAND PUBLIC NOTICE INVITATION TO BIDDERS TALBOT INTERFAITH SHELTER, INC. IMPROVEMENTS, 107 GOLDSBOROUGH STREET, EASTON, MARYLAND

TALBOT COUNTY, MARYLAND PUBLIC NOTICE INVITATION TO BIDDERS TALBOT INTERFAITH SHELTER, INC. IMPROVEMENTS, 107 GOLDSBOROUGH STREET, EASTON, MARYLAND INVITATION TO BIDDERS TALBOT COUNTY, MARYLAND PUBLIC NOTICE BID NO.: 18-19 Sealed Bids shall be accepted by the Office of the Talbot County Manager, Courthouse, 11 N. Washington Street, Easton, Maryland,

More information

DARLINGTON COUNTY PROCUREMENT. IFB: Darlington Library

DARLINGTON COUNTY PROCUREMENT. IFB: Darlington Library DARLINGTON COUNTY PROCUREMENT IFB: Darlington Library Darlington County Procurement Office Portia E. Davis, Procurement Analyst 1 Public Square, RM 210; Darlington, SC 29532 Telephone: 843-944-8275, Email:

More information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

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

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

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

REQUEST FOR SEALED PROPOSALS

REQUEST FOR SEALED PROPOSALS REQUEST FOR SEALED PROPOSALS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS CITY REDEVELOPMENT ATTORNEY 2015 CITY OF WOODBURY 33 DELAWARE STREET WOODBURY GLOUCESTER COUNTY NEW JERSEY, 08096 Proposal

More information

Request for Proposal. RFP # Delinquent Tax Collection Services

Request for Proposal. RFP # Delinquent Tax Collection Services 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 # 17-0208-1 This procurement is governed

More information

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

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

More information

REQUEST FOR QUOTATION. PROJECT: Morganton Road Ceiling Tile & Grid Replacement

REQUEST FOR QUOTATION. PROJECT: Morganton Road Ceiling Tile & Grid Replacement CUMBERLAND COUNTY SCHOOLS PLANT OPERATIONS FACILITY 810 GILLESPIE STREET FAYETTEVILLE, NC 28306 Date: March 16, 2018 H. Mark Whitley, Project Manager Planning Supervisor (910) 678-2342 e-mail markw@ccs.k12.nc.us

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

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

More information

ATTENTION ALL BIDDERS MANDATORY PRE-BID MEETING TUESDAY FEBRUARY 19, 2:00 P.M.

ATTENTION ALL BIDDERS MANDATORY PRE-BID MEETING TUESDAY FEBRUARY 19, 2:00 P.M. ATTENTION ALL BIDDERS MANDATORY PRE-BID MEETING TUESDAY FEBRUARY 19, 2019 @ 2:00 P.M. COMMISSION CHAMBERS, 1ST FLOOR, COURTHOUSE 800 FORREST AVENUE, GADSDEN, AL 35901 BID NO. FY 2018-2019-04 PRINTING -

More information

DATE ISSUED: 10/20/ of 13 UPDATE 103 CV(LEGAL)-P

DATE ISSUED: 10/20/ of 13 UPDATE 103 CV(LEGAL)-P Note: For information on procuring goods and services under Education Code Chapter 44, see CH. Board Authority Delegation of Authority Contracts Valued at or Above $50,000 A district may adopt rules as

More information

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

More information

RESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER

RESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER RESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER MD Anderson RFP No. MD Anderson Project Name: 150545/ME Renovation of Pharmacies P2 & R10 MD Anderson Project No.: 15-0545 From: Respondent

More information

MANDATORY GENERAL TERMS AND CONDITIONS

MANDATORY GENERAL TERMS AND CONDITIONS MANDATORY GENERAL TERMS AND CONDITIONS A. PURCHASING M AN U AL / G O V E R NING R U LES: This s o l i c i t a t i o n and any resulting contract is s u b j e c t to the provisions of the Commonwealth of

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

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION] P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES

More information

OFFICIAL BID SHEET. DATE: May 3, 2018

OFFICIAL BID SHEET. DATE: May 3, 2018 DATE: May 3, 2018 OFFICIAL BID SHEET BID NUMBER: 18-17 FIRM CONTRACT INVITATION Bids must be signed in Ink. Unsigned bids will not be considered. Bids are invited for the renovation of two rooms in the

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

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Office of Management and Enterprise Services Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany

More information

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

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Construction Service for Piedmont Community

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

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

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

More information

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

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

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

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

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

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018 REQUEST FOR PROPOSAL (RFP) #18-046-34 DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018 RESPONSE DEADLINE: JANUARY 7, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: MARTIN KEYPORT,

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

More information

REQUEST FOR BID. All inquiries, written or verbal, shall be directed only to the purchasing officer:

REQUEST FOR BID. All inquiries, written or verbal, shall be directed only to the purchasing officer: Request for Bids Procurement Contracting & Payment Services (PCPS) One Waterfront Place / 3rd Floor / Don Knotts Blvd PO Box 6024 Morgantown WV 26506 Ph: 304-293-5711 E-mail: pcps@mail.wvu.edu Visit WVU

More information

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and

More information

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

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

More information

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS These Standard Purchase Order Terms & Conditions, as set forth herein, are applicable to Purchase Orders issued by Valdosta State

More information

Suite 300 Tenant Improvement

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

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

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

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

More information