COUNTY EXECUTIVE. On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D.
|
|
- Beatrix Hart
- 6 years ago
- Views:
Transcription
1 County of Allegheny DAN ONORATO COUNTY EXECUTIVE City of Pittsburgh LUKE RAVENSTAHL MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D for LED STREET LIGHT FIXTURES FOR THE CITY OF PITTSBURGH SPECIFICATION NO This Invitation for Bid contains requirements for bidders to assist the County in meeting its Minority, Women, Disadvantaged Business Entity goals. Therefore, bidders must document their plan or good faith efforts to meet those goals. Please see the M/W/DBE Requirements contained within, complete the Participation Statement and submit electronically with your bid. DUE DATE: Wednesday, September 14, 2011, 11:30 A.M. BID SUBMITTAL: All bids must be submitted electronically. No bids shall be accepted in person, by U.S. Mail, by private courier service, via oral or communication, telephone or fax transmission. Kalyn Karczewski Purchasing Agent Kalyn.Karczewski@AlleghenyCounty.US
2 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES County of Allegheny DAN ONORATO COUNTY EXECUTIVE 206 COURTHOUSE 436 GRANT STREET PITTSBURGH, PA PHONE (412) FAX (412) TIMOTHY H. JOHNSON DIRECTOR JOHN DEIGHAN, CPCP CHIEF PURCHASING OFFICER This Invitation for Bid is issued by the County of Allegheny on a cooperative basis with the City of Pittsburgh. You are advised that both public organizations may be ordering from the resultant contract throughout its term.
3 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES County of Allegheny DAN ONORATO COUNTY EXECUTIVE 206 COURTHOUSE 436 GRANT STREET PITTSBURGH, PA PHONE (412) FAX (412) TIMOTHY H. JOHNSON DIRECTOR JOHN DEIGHAN, CPCP CHIEF PURCHASING OFFICER Dear Bidder: Enclosed is Allegheny County and the City of Pittsburgh s Invitation for Bid (IFB) for LED STREET LIGHT FIXTURES FOR THE CITY OF PITTSBURGH. I ask that you please read the entire document and decide if you would like to submit a bid for the County and City s requirements. Allegheny County, with a population of approximately 1.3 million, is the second largest county in the State, and effective January 1, 2000 is a Home Rule county with an elected Chief Executive, an appointed County Manager and a 15-member County Council. The Allegheny County Division of Purchasing and Supplies has taken a leadership role in public purchasing with a competent, professional and experienced staff who is committed to fair and open competition. We appreciate your interest in this solicitation and look forward to your participation. There are three sections to this IFB: 1) your Bid, 2) the Specifications and 3) the Instructions to Bidders. All three sections will be incorporated into any resultant contract. There are several things that will assist the County in processing and evaluating your bid, therefore it is important that all bidders: Submit a bid electronically. Hardcopy, or facsimile submittals will not be accepted. If your company is not currently registered to submit bids electronically please visit and select supplier registration or call Complete and submit all attachments electronically with your bid. ie. MWDBE Plan or Waiver, Vendor Creation Form, W9 Form, all other documents relevant to the solicitation. Be sure that you submit your bid before the opening date and time as stated on the cover page. Provide points of contact. If a bid bond is required, make sure it is in the correct amount and properly signed. Be sure you have affixed the corporate seal. Be sure the bid has pricing submitted with decimal points. Indicate whether other government agencies are permitted to purchase under this Contract. Sincerely, John Deighan, CPCP Chief Purchasing Officer Revised 12/30/2010
4 NO BID SHEET SPECIFICATION #6692 LED STREET LIGHT FIXTURES FOR THE CITY OF PITTSBURGH If your firm has chosen not to submit a bid for this IFB, please complete this form and fax or mail to: County of Allegheny Division of Purchasing and Supplies Room 206 Courthouse 436 Grant Street Pittsburgh, PA (412) Fax Please check all items that apply: [ ] Do not sell the item(s) required. [ ] Cannot be competitive. [ ] Cannot meet the Specifications highlighted in the attached Bid. [ ] Cannot provide the Insurance required. [ ] Cannot provide Performance Bond required. [ ] Cannot comply with County Instructions to Bidders. [ ] Job is too large. [ ] Job is too small. [ ] Cannot hold pricing for entire contract period. [ ] Past problems with the County of Allegheny/City of Pittsburgh. Please Explain: [ ] County / City payment process is too slow. Please circle one or both. [ ] Do not wish to do business with the County / City. Please circle one or both. [ ] Other reason. Please Explain: COMPANY NAME: CONTACT: PHONE #
5 COMPANY NAME KK/9/11 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES ROOM 206 COURTHOUSE B I D FOR LED STREET LIGHT FIXTURES FOR THE CITY OF PITTSBURGH Spec. #6692 In accordance with the attached Specifications, Instructions to Bidders, and drawings, we (or I) propose to furnish and DELIVER F.O.B. Point of Delivery, RETROFIT LED STREET LIGHTS IN THE CITY OF PITTSBURGH to the City of Pittsburgh and the County of Allegheny at the prices referenced on the electronic bid submitted by our/my organization. WORKSHEET FOR REFERENCE PURPOSES ONLY PRICING MUST BE SUBMITTED ONLINE OR BID WILL NOT BE ACCEPTED UNDER ANY CIRCUMSTANCES Please use the following information to determine pricing for each item and submit your pricing electronically on the Pennsylvania Purchasing Group website, If you need assistance registering please call x214 ITEM NUMBER DESCRIPTION EST. QUANT UNIT MEAS. SECTION L1- COBRA LUMINAIRES L1 Furnish LED Roadway Luminaire (Cobra) 1793 EACH SECTION L2- SHOEBOX LUMINAIRES L2 Furnish LED Shoebox Roadway Luminaire 300 EACH SECTION L3- ACORN LUMINAIRES L3 Furnish LED Acorn Luminaire, Post-Top Mount 858 EACH SECTION L4- TEARDROP LUMINAIRES L4 Furnish LED Teardrop Luminaire, Pendant Mount 193 EACH TOTAL: BIDDERS MAY BID ON ANY OR ALL OF THE 4 LUMINAIRE SECTIONS PERIOD OF CONTRACT: Date of award till June 30, 2012, with one (1) year renewal option. The use of the name of a manufacturer or of any special brand or make in describing an item does not restrict bidders to that manufacturer. The means or the method used is simply to indicate the character or quality of the articles desired; however, the articles on which bids are submitted must be of such character or quality that they will serve the purpose for which they are to be used equally as well as that specified. If bidding on other than the make, model or brand specified the manufacturer's name and catalogue reference must be given.
6 COMPANY NAME SPECIFICATIONS for LED STREET LIGHT FIXTURES FOR THE CITY OF PITTSBURGH SPEC#6692 PAGE 2 of 2 IF THESE SPECIFICATIONS ARE NOT CLEAR, OR YOU FEEL THEY ELIMINATE COMPETITIVE BIDDING IN AN UNFAIR AND UNNECESSARY MANNER, YOU MAY OBTAIN A BID PROTEST FORM BY CALLING , or ON THE COUNTY S WEB SITE THE BID PROTEST FORM MUST BE COMPLETED AND RETURNED TO THE PURCHASING DIVISION, ROOM 206 COURTHOUSE, PITTSBURGH, PA OR FAX , BY 12:00 P.M. ON THE MONDAY BEFORE THE BIDS ARE TO BE OPENED. ANTICIPATED PROJECT SCHEDULE September 2, 2011 September 14, 2011 September 14, 2011 to September 30, 2011 Advertisement/posting of Bid Request Bids due Contract Review & Award October 1, 2011 Issue notice to proceed
7 COMPANY NAME KK/9/11 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES ROOM 206 COURTHOUSE S P E C I F I C A T I O N S FOR LED STREET LIGHT FIXTURES FOR THE CITY OF PITTSBURGH GENERAL INSTRUCTIONS TO SUPPLIERS Spec. #6692 Purpose of Invitation for Bid Separate and sealed Bids will be received electronically until 11:30 A.M., prevailing time, Wednesday, September 14, 2011, and will be publicly opened at 11:30 A.M., prevailing time, Wednesday, September 14, 2011 in the presence of the Chief Purchasing Officer of the Division of Purchasing and Supplies, or his designee, in Conference Room #1, first Floor of the Allegheny County Courthouse, Pittsburgh, PA for LED STREET LIGHT FIXTURES FOR THE CITY OF PITTSBURGH. GENERAL INFORMATION The City of Pittsburgh is soliciting IFBs to furnish City street lights with approved LED fixture heads. The successful bidders shall be required to furnish such fixtures to a successful bidder(s) contracted by the City to install them The initial phase of this project will encompass converting approximately 3,000 existing streetlights from HPS to LED, these will include Cobrahead, Shoebox, Acorn, Lollipop and Pendant fixtures. Said initial phase must be completed prior to February 1, Additional installation/retrofit phases may, or may not, be contemplated or performed under this contract. The goals of this project are to reduce energy costs; decrease the City s maintenance costs and provide an aesthetically pleasing fixture. The program will provide a safer public environment while maintaining the integrity of the City s street lighting standards. In order to maintain maximum flexibility and minimum cost, while providing optimal equipment & light quality, the City of Pittsburgh reserves the right to award this contract on an item-by-item or total low bid basis. Such decision shall be made in the best interests of the City, as determined solely by said City. Bidders must have been in the electrical fixture production business for a minimum of five (5) years and must employ workmen qualified to perform the work specified herein with a minimum of five (5) years related work experience. PROJECT DESCRIPTION Fixture Type TECHNICAL AND AESTHETIC PERFORMANCE FOR BUSINESS DISTRICT LED LIGHTING The performance of new LED street lighting luminaires is intended to be superior to the performance of the HPS luminaires they are replacing. This is true in terms of more accurate color rendering, but is also true in terms of visibility, glare, and energy consumption. Within the standards that are noted below, the intent of this lighting is to only see the effects of the lighting on the ground, sidewalks, streets, and parts of building facades, but to not see the light sources from most angles of view. Although LED lighting can be very even, it is the intent of these recommendations to comply with the noted lighting regulations at the lowest acceptable evenness ratio in order to control for glare and visual clarity.
8 COMPANY NAME SPECIFICATIONS for LED STREET LIGHT FIXTURES FOR THE CITY OF PITTSBURGH SPEC#6692 PAGE 2 of 18 PLEASE NOTE THAT IT IS THE BIDDER S RESPONSIBILITY TO ENSURE THAT EACH FIXTURE PROVIDED WILL MEET THE EXPRESSED LIGHTING/ ILLUMINANCE REQUIREMENTS DETAILED IN THESE SPECIFICATIONS IN THE LOCATION WHERE IT IS TO BE INSTALLED, REGARDLESS OF THE FIXTURE TO BE REPLACED OR ANY NOMINAL REFERENCES HEREIN. General Criteria: 1. Luminaires for LED replacement are existing business district shoebox, cobra head, teardrop, lollipop and acorn luminaires. 2. The entire luminaire head is to be replaced, not just the HPS lamps. The luminaire is to attach to existing arms or poles similar to existing shoebox, cobra head, teardrop, lollipop and acorn luminaires. Manufacturers are responsible for this coordination between existing arms or poles and new lighting heads. 3. Light color is to be white within a required temperature range noted below. 4. Under good street lighting conditions, the LED light source should not be visible to drivers or pedestrians, unless they are looking directly up into the light source. 5. Imaging photometry will be used to benchmark glare by measuring luminance at high resolution. Measurements will be both photopic and scotopic. 6. LED luminaires must be guaranteed for a minimum 10-year life span, defined as no more than a 30% deterioration of LED cells in each luminaire and continuous maintenance of the minimum FC illuminance within a 10 year period. 7. LED luminaires are intended to meet current City of Pittsburgh Lighting Ordinance requirements for business district lighting. Base Criteria: Photometrics 1. Illuminance must meet a minimum of 1.5 FC as a maintained value on the roadway and a uniformity ratio of 4:1 per City of Pittsburgh Lighting Ordinance requirements for street lighting in business districts. 2. It is preferable to use lower power LEDs and higher source quantity to correct brightness. 3. The preferable lighting pattern is overlapping ovals, with adjustable cutoff angles to minimize glare. Typical 25 (feet) high street lighting (existing cobra head and teardrop luminaires) is typically spaced at 85 to 150 feet apart. Typical 30 (feet) high street lighting (existing shoebox luminaires at Downtown intersections only) is located atop signal light poles at all four corners of intersections. Typical 15 (feet) high sidewalk lighting (existing acorn luminaires) is typically spaced at 80 feet apart; however in some instances luminaires are spaced closer together and in some instances, particularly in Downtown, north shore and some neighborhoods, this is the only street lighting in mid-block locations. Typical sidewalk width is 8 feet. The vendor will be responsible for calculating spacing and angular photometric distribution as well as illuminance. 4. To control lighting brightness, luminaires should favor center brightness over edge brightness. Side shielding of optics should be considered to control side angle glare. 5. In business districts, the sidewalk backlighting should not exceed 6 (inches) in height on adjacent building facades. The manufacturer will be responsible for calculating backlighting. Base Criteria: Color 1. The color temperature range must be within 3000 to 5000 Kelvin, preferably 3500 Kelvin. 2. Color Rendering Index (CRI) must be 60 or greater.
9 COMPANY NAME SPECIFICATIONS for LED STREET LIGHT FIXTURES FOR THE CITY OF PITTSBURGH SPEC#6692 PAGE 3 of 18 Base Criteria: Controls 1. All luminaires are to be control ready: have the ability to be individually controlled (addressed) remotely by either RF, Wi Fi, or hard-wired systems. 2. (Option) The luminaire must be capable of dimming from 6 FC to 1.5 FC (code). Provide a separate price for this feature. 3. (Option) The luminaire must be capable of adjusting the color temperature range between 3000 and 5000 Kelvin. Provide a separate price for this feature. Anticipated future controls for each luminaire include: monitor real-time power consumption; diagnose luminaire problems and issues; monitor age/led life; serve as a warning signal, such as strobe, or flash, or chasing; integration with police, fire, and 911 service; networked connectivity; 256-bit encryption or better; control accessory wayfinding and/or sidewalk fixtures attached to the same pole. Base Criteria: Design 1. Current Pittsburgh luminaire standard housing is preferred. The attached illustrations of luminaires are examples of acceptable luminaire design and are included to provide design guidance to lighting manufacturers and vendors. They are not definitive of acceptable luminaire design and hopefully will encourage design experimentation. 2. Teardrop and acorn equivalents should be compatible with the streetscape in a historic context. 3. Manufacturers are encouraged to submit an optic that addresses the technical performance items with a variety of luminaire head designs. Provide a separate price for each head design. EVALUATION PROCEDURE FOR BUSINESS DISTRICT LED LIGHTING This process is intended to provide the City of Pittsburgh the opportunity to consider actual luminaires and their performance in a laboratory setting and in place on a Pittsburgh business district street in order to consider different luminaire embodiments (replacement of shoebox, cobra head, teardrop, and acorn luminaires with LED equivalents) and to qualify those luminaires to be considered for purchase and installation for the City s business district LED lighting program. The evaluation procedure will consist of a testing process for each luminaire requested, the testing consists of: (1) Field testing and observation of each luminaire by the City of Pittsburgh and the Remaking Cities Institute for the luminaire s compliance with the recommended performance and aesthetics criteria. For field testing, each luminaire is to be provided with adequate control mechanisms (control ready) to test variable color temperature and intensity (dimming), including the ability to individually address the luminaire. Manufacturers will be responsible for providing the control mechanism within each luminaire and remote control mechanism(s) for testing within 100 (feet) of the installed luminaire(s). The City of Pittsburgh is under no obligation to qualify any of the luminaires submitted.
10 COMPANY NAME SPECIFICATIONS for LED STREET LIGHT FIXTURES FOR THE CITY OF PITTSBURGH SPEC#6692 PAGE 4 of 18 FIELD TESTING EVALUATION Evaluation Criteria: Each luminaire will be observed and rated for the following characteristics: 1. Beam spread on the street based on luminaire type and typical height and spacing measurements: The beam spread on the street should meet code requirements for coverage and intensity. 2. Beam spread on the sidewalks based on luminaire type and typical height and spacing measurements: The beam spread on the sidewalk should meet code requirements for coverage and intensity. 3. Beam spread on vertical building surfaces based on luminaire type and typical height and spacing measurements: The beam spread on the vertical building surfaces should not be blinding to occupants inside the building. 4. Flexibility of color temperature control: Flexibility of dual color temperature should range between 3000K and 5000K to accommodate color preference in business districts and other commercial locations. This also allows each business district or location the ability to create a warmer environment in winter and a cooler one in the summer. Varying color temperature specifically integrates the street lighting to the surrounding landscape. 5. Light intensity: Light intensity will meet all code requirements. Dimming the light during periods of time with low activity can create additional energy savings. Varying intensity will also allow preference of brightness in business districts and quickly identify emergency areas for police and medical personnel. 6. Light clarity: The light should be broad spectrum for accurate color rendition and provide good visibility without glare. 7. Elimination of glare: Glare should be eliminated from most viewing angles with the exception of looking straight up. 8. Integration with the surrounding context: The total effect of intensity, color temperature, clarity of light, beam spreads, and luminaire design in a business district and pedestrian streetscape context where 25 (feet) high pendant-mounted and/or 15 (feet) high pole-mounted luminaires are installed. 9. Visual experience: The total effect of intensity, color temperature, clarity of light, and beam spreads should enhance the safety and aesthetic beauty of the landscape and be a place where people want to be. 10. Luminaire design: The design of the luminaire should not only house the specified LED breadboards, but should be aesthetically pleasing to the surrounding architecture and streetscape. PLEASE NOTE THAT THE SUCCESSFUL BIDDER SHALL BE REQUIRED TO COMPLY AND COORDINATE WITH THE FOLLOWING SCHEDULING INFORMATION AND ANY CONSEQUENT INMSTALLATION SCHEDULING REQUIREMENTS. SCHEDULING Submit a schedule of operations, to the Director for his approval, during the pre-construction conference. Prepare a complete schedule (Schedule) that adheres to and incorporates all contract time requirements, shows work being completed on or before the Required Completion Date, meets any specified Milestone Date(s), and is in compliance with all contractual requirements. If the Contractor fails to comply, the Engineer s Schedule will be the Construction Schedule until the Contractor can submit a revised schedule acceptable to the Director. If, between the date of the award of the contract and the Preconstruction Conference, circumstances beyond the control of the Contractor arise that may substantially affect the contract time, immediately contact the Director for a time adjustment. Adhere to the approved Schedule. Any deviation therefrom must be approved by the Director in writing.
11 COMPANY NAME SPECIFICATIONS for LED STREET LIGHT FIXTURES FOR THE CITY OF PITTSBURGH SPEC#6692 PAGE 5 of 18 Acceptance of the Contractor s Schedule or any revision(s) thereto, by the Department, will not constitute the Department s approval of or agreement with the sequence of operations, the durations of activities, the adequacy or propriety of resources, the identity of controlling operations, nor the feasibility or any other characteristics of the Schedule or its revisions. When preparing the Construction Schedule, show all contracted work in the Schedule. Show the sequence and interdependence of activities for completion of all work. Consider and make appropriate scheduling and operational allowances for seasonal weather conditions and ambient temperatures. Incorporate in the Schedule coordination with all entities (subcontractors, utilities, railroads, etc.) and adjacent or private contracts that could impact the Schedule. In addition to construction activities, include in the Schedule, at a minimum, the procurement, fabrication, and delivery of critical or special materials and equipment, and indicate restraints (i.e., relationships) between activities. Indicate any dates that pedestrian traffic will be restricted along with any vehicular restrictions. Identify these dates on the construction schedule. LETTER OF INTENT AND AWARD OF CONTRACT- (a) Letter of Intent. It has been determined that the nature of this project is such that extensive and/or costly advance preparation by the Contractor is required. Therefore, prior to the Notice to Proceed date, a binding Letter of Intent will be issued by the Director. The project-specific Letter of Intent will outline the extent to which the Contractor may prepare to start work and incur costs in preparation for performance of the contract. The following have been identified by the Director as being preparatory costs that may be incurred for this contract with the City of Pittsburgh s assurance that actual expenses will be reimbursed in the event the contract is cancelled before the Notice to Proceed date: Preparation of shop drawings street lighting luminaires; Orders for the street lighting luminaires. No work may commence at the construction site and no payments will be made until the contract is fully executed. In the event the Director elects to cancel the award of the contract or the contract, as specified in Sections and , reimbursement will be made for the documented cost of insurance and surety bonds required under Sections and , and the documented cost of actual expenses reasonably incurred in accordance with the Letter of Intent issued by the Director. Any material reimbursed at actual purchase price becomes City of Pittsburgh property. Alternatively, the City of Pittsburgh is to receive credit for the salvage value of any material, for which reimbursement is made, that is then retained by the Contractor. No payment will be made for damages of any kind including, but not limited to, loss of anticipated profit, loss of use of money, or administrative or overhead costs. ANTICIPATED FINISH DATE This Invitation for Bid is funded through the Pennsylvania Energy Development Authority Grant and the City s Utility Budget. The current grant funding will expire on February 1, Therefore all work on the first phase on this project MUST be completed within that timeframe and as outlined in the attached contract schedule. The City will endeavor to expedite the contracting process to provide the successful bidder with additional time, however, the lack of any such additional time will not in any manner affect this mandatory deadline for completion, and failure on the contractor s part to comply with the work schedule may be cause to invoke the liquidated damages clause.
12 COMPANY NAME SPECIFICATIONS for LED STREET LIGHT FIXTURES FOR THE CITY OF PITTSBURGH SPEC#6692 PAGE 6 of 18 LIQUIDATED DAMAGES: SUBSTANTIAL AND UNREASONABLE DELAYS IN REPONSE TIME, ESTIMATED INSTALLATION TIME, OR NON-ADHERENCE THERETO OR TO THE SCHEDULE OUTLINED IN THIS CONTRACT SHALL CONSTITUTE CAUSE FOR THE ASSESSMENT OF LIQUIDATED DAMAGES. SUCH DAMAGE, IF ASSESSED, SHALL BE AT NO LESS THAN $ PER DAY FOR EACH DAY OF SUCH SUBSTANTIAL DELAY AND MAY BE ASSESSED UP TO THE LIMIT OF GRANT FUND LOSSES CAUSED BY THE CONTRACTOR S ACTIONS, OR LACK THEREOF. LIQUIDATED DAMAGES SHALL BE DEDUCTED FROM PAYMENTS DUE UNDER THIS CONTRACT. TECHNICAL SPECIFICATIONS ITEM L1 - LED ROADWAY LUMINAIRE, ARM-MOUNT DESCRIPTION This work is the furnishing and/or installation of arm-mounted luminaires for streetlighting, as specified. MATERIAL - (a) Optical Assembly. Die cast aluminum housing with slip fitter that mounts to 1-1/4 to 2 diameter bracket arms. Luminaires will typically mount to a 2-3/8 O.D. pipe arm. IES Type II or III-Cutoff Distribution with cooling fins and integral photocontrol. Provide luminaires that are control system ready. Provide toolless entry to electrical components. Provide luminaires photometrically tested by an independent testing laboratory in accordance with IES LM-79 testing procedures. Meet 2G vibration standards per ANSI C Nominal weight of the luminaire shall not exceed 35 lbs. and maximum EPA shall not exceed 1.1 ft 2 (b) (c) (d) (e) Light Emitting Diodes. Provide white source LEDs tested in accordance with IES LM-80 testing procedures. Electrical System. Provide luminaires with a minimum power factor of.9 and <20% total harmonic distortion. Power supply shall be field adjustable to 350mA, 530mA, or 700mA. Surge Protection. Provide luminaires with Class C surge protection. Source. Solid state source, 120-volt. (f) Electric Cable. American Wire Gage No. 10 Copper Conductor, Type THWN, rated 600 Volts, 75C. (d) (e) (f) Paint. Polyester powder coat: Gray or Black to match pole. Photometric Performance. Provide luminaires with photometric performance which will provide the target illumination level, uniformity, minimum veiling luminance, and other design criteria specified in the City of Pittsburgh Lighting Code. Provide luminaires made in the USA. Refer to General Conditions for requirements. (g) Provide luminaires UL 1598 listed and UL listed as suitable for wet location, IP 66 rated optics, IP 65 rated housing. (h) (i) Warranty. Provide luminaires with a minimum 5-year warranty fixture, photo cell, power supply and parts &labor. All other appurtenances necessary for installation of luminaire.
13 COMPANY NAME SPECIFICATIONS for LED STREET LIGHT FIXTURES FOR THE CITY OF PITTSBURGH SPEC#6692 PAGE 7 of 18 CONSTRUCTION SUPPLIERS WILL BE REQUIRED TO CONSULT WITH CONTRACTORS, SUPPLY APPROPRIATE INFORMATION, REPLACE FAULTY EQUIPMENT, ETC. (a) (b) (c) Submit a weekly report of the luminaire replacements completed. Submit illumination calculations for each application, based on pole spacing and roadway width, demonstrating that the proposed LED luminaire will meet the City Lighting Code design criteria. Advise the Construction Manager in writing if any applications (streets) cannot meet the design criteria, due to existing pole spacing. Test the complete-in-place roadway lighting system. The testing will be considered incidental to each item composing the system. The Contractor will guarantee the operation of the lighting system for 60 consecutive nights of operation. No additional compensation will be permitted for testing, electricity and warranty work for the lighting system. MEASUREMENT AND PAYMENT - EACH. Item L1A: FURNISH LED ROADWAY LUMINAIRE, ARM MOUNT. Includes all materials, equipment, and warranty necessary to furnish the luminaires, delivered to a City of Pittsburgh Contractor s storage site, within the city limits. ITEM L2 - LED ROADWAY SHOEBOX, DIRECT MOUNT DESCRIPTION This work is the furnishing of luminaires for streetlighting, as specified. MATERIAL - (a) Optical Assembly. Die cast square aluminum housing with integral arm that mounts directly to a square pole. If lens is provided, provide impact resistant, tempered glass lens. IES III-Cutoff Distribution with cooling fins and integral photocontrol. Provide luminaires that are control system ready. Provide toolless entry to electrical components. Provide luminaires photometrically tested by an independent testing laboratory in accordance with IES LM-79 testing procedures. Meet 2G vibration standards per ANSI C Nominal weight of the luminaire shall not exceed 35 lbs. and maximum EPA shall not exceed 1.1 ft 2 (b) (c) (d) (e) Light Emitting Diodes. Provide white source LEDs tested in accordance with IES LM-80 testing procedures. Electrical System. Provide luminaires with a minimum power factor of.9 and <20% total harmonic distortion. Power supply shall be field adjustable to 350mA, 530mA, or 700mA. Surge Protection. Provide luminaires with Class C surge protection. Source. Solid state source, 120-volt. (f) Electric Cable. American Wire Gage No. 10 Copper Conductor, Type THWN, rated 600 Volts, 75C. (d) Paint. Polyester powder coat: CBD Gray or Black to match pole.
14 COMPANY NAME SPECIFICATIONS for LED STREET LIGHT FIXTURES FOR THE CITY OF PITTSBURGH SPEC#6692 PAGE 8 of 18 (e) (f) Photometric Performance. Provide luminaires with photometric performance which will provide the target illumination level, uniformity, minimum veiling luminance, and other design criteria specified in the City of Pittsburgh Lighting Code. Provide luminaires manufactured in the USA. Refer to General Conditions for requirements. (g) Provide luminaires UL 1598 listed and UL listed as suitable for wet location, IP 66 rated optics, IP 65 rated housing. (h) (i) Warranty. Provide luminaires with a minimum 5-year warranty fixture, photo cell, power supply and parts &labor. All other appurtenances necessary for installation of luminaire. No additional monies will be paid for modification to the luminaire arm or re-drilling of the signal pole to attach luminaire. Coordinate bolt pattern prior to ordering luminaires. CONSTRUCTION SUPPLIERS WILL BE REQUIRED TO CONSULT WITH CONTRACTORS, SUPPLY APPROPRIATE INFORMATION, REPLACE FAULTY EQUIPMENT, ETC. (a) (b) (c) (d) Furnish and install luminaires on CBD signal poles. Submit a weekly report of the luminaire replacements completed. Submit illumination calculations for each application, based on pole spacing and roadway width, demonstrating that the proposed LED luminaire will meet the City Lighting Code design criteria. Advise the Construction Manager in writing if any applications (streets) cannot meet the design criteria, due to existing pole spacing. Test the complete-in-place roadway lighting system. The testing will be considered incidental to each item composing the system. The Contractor will guarantee the operation of the lighting system for 60 consecutive nights of operation. No additional compensation will be permitted for testing, electricity and warranty work for the lighting system. MEASUREMENT AND PAYMENT - EACH. Item L2A: FURNISH LED ROADWAY SHOEBOX LUMINAIRE, DIRECT MOUNT. Includes all materials, equipment, and warranty necessary to furnish the luminaires, delivered to a City of Pittsburgh Contractor s storage site, within the city limits. ITEM L3 - LED ACORN LUMINAIRE, POST-TOP MOUNT DESCRIPTION This work is the furnishing of post-top mounted luminaires for streetlighting, as specified. MATERIAL - In accordance with the appearance of the City of Pittsburgh CBD or Pedestrian Pole Standard Detail, except with an LED source, and as follows; (a) Optical Assembly. 13" thermal-resistant glass reflector/refractor with a 3" decorative clear finial. External Array optics with optical control baffles, IES Type III-Cutoff Distribution with extruded aluminum heat sink and integral photocontrol. Provide luminaires that are control system ready. Housing must mount to 3 O.D. x 2-7/8 long tenon for all CBD poles. Pedestrian poles (black) have a 3-1/2 O.D. x 3-1/2 long tenon.
15 COMPANY NAME SPECIFICATIONS for LED STREET LIGHT FIXTURES FOR THE CITY OF PITTSBURGH SPEC#6692 PAGE 9 of 18 (b) Source. Solid state source, 120-volt. (c) Electric Cable. American Wire Gage No. 10 Copper Conductor, Type THWN, rated 600 Volts, 75C. (d) (e) (f) (g) (h) (i) Paint. Polyester powder coat: CBD Gray or black to match pole. Photometric Performance. Provide luminaires with photometric performance which will provide the target illumination level, uniformity, minimum veiling luminance, and other design criteria specified in the City of Pittsburgh Lighting Code. Provide luminaires manufactured in the USA. Refer to General Conditions for requirements. Provide luminaires UL listed as suitable for wet location, IP 66 rated optics, IP 65 rated housing. Warranty. Provide luminaires with a minimum 5-year warranty fixture, photo cell, power supply and parts &labor. All other appurtenances necessary for installation of luminaire. CONSTRUCTION SUPPLIERS WILL BE REQUIRED TO CONSULT WITH CONTRACTORS, SUPPLY APPROPRIATE INFORMATION, REPLACE FAULTY EQUIPMENT, ETC. (a) (b) (c) Submit a weekly report of the luminaire replacements completed. Submit illumination calculations for each application, based on pole spacing and roadway width, demonstrating that the proposed LED luminaire will meet the City Lighting Code design criteria. Advise the Construction Manager in writing if any applications (streets) cannot meet the design criteria, due to existing pole spacing. Test the complete-in-place roadway lighting system. The testing will be considered incidental to each item composing the system. The Contractor will guarantee the operation of the lighting system for 60 consecutive nights of operation. No additional compensation will be permitted for testing, electricity and warranty work for the lighting system. MEASUREMENT AND PAYMENT - EACH. Item L3A: FURNISH LED ACORN LUMINAIRE, POST-TOP MOUNT. Includes all materials, equipment, and warranty necessary to furnish the luminaires, delivered to a City of Pittsburgh Contractor s storage site, within the city limits. ITEM L4 - LED TEARDROP LUMINAIRE, PENDANT MOUNT DESCRIPTION This work is the furnishing of pendant mounted luminaires for roadway lighting, as specified. MATERIAL - In accordance with the City of Pittsburgh Commercial District Luminaire Standard Detail, except with an LED source, and as follows;
16 COMPANY NAME SPECIFICATIONS for LED STREET LIGHT FIXTURES FOR THE CITY OF PITTSBURGH SPEC#6692 PAGE 10 of 18 (d) Luminaire. Approximately 28 cast aluminum luminaire, shallow glass globe, with IES Type III-Cutoff Distribution, with perforated housing providing dynamic airflow over extruded heat sink for heat control. Provide luminaires with modular quick-disconnect wiring and that are control system ready. Provide decorative arm fitter for level mounting of luminaires to 2-inch pipe arm. Luminaires will typically mount to a 2-3/8 O.D. pipe arm. (e) Source. Solid state source, 120-volt. (f) Electric Cable. American Wire Gage No. 10 Copper Conductor, Type THWN, rated 600 Volts, 75C. (d) (e) (f) (g) (h) (i) Paint. Polyester powder coat: CBD Gray or Black to match pole. Photometric Performance. Provide luminaires with photometric performance which will provide the target illumination level, uniformity, minimum veiling luminance, and other design criteria specified in the City of Pittsburgh Lighting Code. Provide luminaires manufactured in the USA. Refer to General Conditions for requirements. Provide luminaires UL listed as suitable for wet location, IP 66 rated optics, IP 65 rated housing. Warranty. Provide luminaires with a minimum 5-year warranty fixture, photo cell, power supply and parts &labor. All other appurtenances necessary for installation of luminaire, including leveling device and twistlock receptacle and photocell. CONSTRUCTION SUPPLIERS WILL BE REQUIRED TO CONSULT WITH CONTRACTORS, SUPPLY APPROPRIATE INFORMATION, REPLACE FAULTY EQUIPMENT, ETC. (a) (b) (c) (d) Furnish pendant mounted luminaires and accessories at a 25 or 30-foot mounting height as applicable. Submit a weekly report of the luminaire replacements completed. Submit illumination calculations for each application, based on pole spacing and roadway width, demonstrating that the proposed LED luminaire will meet the City Lighting Code design criteria. Advise the Construction Manager in writing if any applications (streets) cannot meet the design criteria, due to existing pole spacing. Test the complete-in-place roadway lighting system. The testing will be considered incidental to each item composing the system. The Contractor will guarantee the operation of the lighting system for 60 consecutive nights of operation. No additional compensation will be permitted for testing, electricity and warranty work for the lighting system. MEASUREMENT AND PAYMENT - EACH. Item L4A: FURNISH LED TEARDROP LUMINAIRE, PENDANT MOUNT. Includes all materials, equipment, and warranty necessary to furnish the luminaires, delivered to a City of Pittsburgh Contractor s storage site, within the city limits.
17 COMPANY NAME SPECIFICATIONS for LED STREET LIGHT FIXTURES FOR THE CITY OF PITTSBURGH SPEC#6692 PAGE 11 of 18 ITEM NO. M-4 TESTING OF ENTIRE LIGHTING SYSTEM MODIFIED DESCRIPTION - This work is the performance of required tests and reporting results of same tests for the entire installed lighting system. MATERIAL - Provide all labor and material necessary to properly perform and report on all tests. CONSTRUCTION - In accordance with the applicable Sections (u) except for the following: 1. High Mast Lighting Test is not applicable. 2. Take voltage readings, with and without load, at the line side of the first light pole, in lieu of the control cabinet main breaker. Test the complete-in-place roadway lighting system installed under this contract. The Contractor will guarantee the operation of the lighting system for 60 consecutive nights of operation. No additional compensation will be permitted for testing, electricity and warranty work for the lighting system. MEASUREMENT AND PAYMENT - Lump Sum. Includes all labor, materials, tools, and equipment, necessary to complete the work listed in the above Description, Material and Construction sections, and the satisfactory removal and disposal of unsuitable and surplus material. Includes warranty repairs caused by 60-day burn test. If failures occur during test, 60-day burn test starts over again. No additional payment. INSTALLATION PARAMETERS - Must follow MPT guidelines GENERAL CONDITIONS PROCEDURES FOR ADDITIONAL PHASES The appropriate City Department shall provide documentation consisting of the written scope of work, drawings and specifications describing the work of each intended project as well as provide construction observation for each project initiated. The Contractor shall provide all tools, equipment, materials and services, including construction management necessary to perform the work of each project in an efficient, cost effective, and timely manner. The City will instruct the successful bidder on a case by case basis as to the time when each location will be available. The vendor will in no way interfere with the daily operations of any facility or event. FINANCIAL SECURITY FOR BIDS (BID BONDS) - Prospective Contractors on contracts with a value of Two Hundred Thousand ($200,000) Dollars or more are required to file with their bids financial security equal to Ten to Fifty percent (10% - 50%) of the total bid. This financial security shall be in the form of a bid bond, certified check or letter of credit. In order to be acceptable as financial security, a bid bond must be issued by one or more surety companies legally authorized to do business in Pennsylvania which retain as capital no less than the amount of the issued bond and said bond must be in form approved by the City of Pittsburgh. If the bonding company executes the bond through an attorney-in-fact, a Power of Attorney showing authority to act must accompany the bond.
18 COMPANY NAME SPECIFICATIONS for LED STREET LIGHT FIXTURES FOR THE CITY OF PITTSBURGH SPEC#6692 PAGE 12 of 18 PERFORMANCE BOND - Financial security shall be further required to insure faithful performance of the work provided for in the contract and to indemnify and save harmless the City from all liens, charges, claims, demands, losses, costs and damages of every kind and nature, whatsoever, except as is otherwise provided in said contract. INSURANCE (SERVICE CONTRACTS ONLY) - For all contracts in which insurance is required, a certificate evidencing the following minimum insurance must be provided when award is made, unless otherwise specified: A. GENERAL LIABILITY Single limit of Bodily Injury and Property Damage Combined: $500, each occurrence. $1,000, aggregate. B. CITY OF PITTSBURGH must be listed as "Additional Insured' on the insurance certificate. NOTE: The name(s) of the insured on the certificate must be the same as the name(s) of the Contractor listed on the bid document. C. Insurance coverage must be an OCCURRENCE POLICY". "Claims made policies are unacceptable. D. WORKERS COMPENSATION STATUTORY LIMITS. E. AUTOMOTIVE LIABILITY INSURANCE MINIMUM REQUIREMENTS: $500,000 for each individual occurrence and $1,000,000 in aggregate coverage. Insurance must be maintained in full force and effect throughout the term of the contract. If insurance must be renewed during the term of the contract, the new certificate of insurance must be forwarded to: Bureau of Procurement, Fleet and Asset Services Department of Finance Room 502, City-County Building 414 Grant Street Pittsburgh, PA Failure to provide and renew such insurance as required shall be deemed a material breach of contract and shall be a basis for immediate termination of the contract. The insurance requirements of this provision shall be in addition to any other insurance requirements of the contract. MBE/WBE SOLICITATION AND COMMITMENT - It is the City's goal to encourage increased participation of women and minority groups in all City contracts. The City, therefore, requires that all prospective Contractors demonstrate good faith efforts to obtain the participation of minority-owned business enterprises ( MBEs ) and women-owned business enterprises ( WBEs ) in work to be performed under City contracts. In order to demonstrate this good faith commitment, all prospective Contractors are required to complete and submit with their bids either an MBE/WBE Solicitation and Commitment Statement, which details the efforts made by the prospective Contractor to obtain such participation, or an MBE/WBE Commitment Waiver Request which details why no MBE/WBE participation could be obtained. Failure to submit either an MBE/WBE Solicitation and Commitment statement or an MBE/WBE Commitment Waiver Request will result in rejection of the bid.
19 COMPANY NAME SPECIFICATIONS for LED STREET LIGHT FIXTURES FOR THE CITY OF PITTSBURGH SPEC#6692 PAGE 13 of 18 A. Bids for $10, or more must be accompanied by either an MBE/WBE Solicitation and Commitment statement, or, an MBE/WBE Commitment Waiver Request. B. On contracts over $75,000.00, final payment will be retained by the City at least until all work is performed under the contract and the contractor submits a final report to the City detailing the actual levels of MBE and WBE participation, as well as explaining any failure to meet MBE and WBE goals which had been stated in the previously submitted MBE/WBE Solicitation and Commitment Statement. The report must be submitted within thirty (30) days after the City's request. C. On contracts for $75, or more, the performance security will be retained by the City at least until all work is performed under the contract and the contractor submits a final report to the City detailing the actual levels of MBE and WBE participation as well as explaining any failure to meet MBE and WBE goals which had been stated in the contractor s previously submitted MBE/WBE Solicitation and Commitment Statement. The report must be submitted within thirty (30) days after the City's request. D. On construction contracts over $250,000.00, the contractor may comply with stated MBE/WBE goals through the employment of twenty-five percent (25%) minority and ten percent (10%) women employees in construction related jobs. MBE/WBE REPORT - By entering into a contract with the City, the prospective Contractor shall be required to submit a final report, within thirty (30) days of the City's request, detailing the actual levels of MBE and WBE participation in the contract. Any disparity between actual participation levels and the participation levels projected in the MBE/WBE Solicitation and Commitment Statement will be explained in the final report. Failure to make a good faith effort to meet the goals stated in the MBE/WBE Solicitation and Commitment Statement may be considered a material breach of the contract resulting in debarment from participation in future City contracts. Please note that final payment under the contract can be withheld for failure to submit a MBE/WBE report. CONTRACT NOT TO BE AWARDED TO PERSONS IN ARREARS TO CITY - No contract will be awarded to any corporation, firm or individual who is, for any reason, in arrears to the City or who has failed, in any former contract with the City, to perform work satisfactorily, either as to the character of the work or the time consumed in its completion. CONTRACTOR TO BE QUALIFIED AND RESPONSIBLE - Before the Contract is awarded, prospective Contractors must satisfy the City that they have the requisite organization, capital, plant, ability and experience to satisfactorily perform the work under this contract in accordance with the terms and conditions of the contract and in conformity with the best modern practices and industry standards. Each respondent shall demonstrate that they have a drug free workplace program by providing a list of policies and procedures. To insure a safe work place each respondent shall follow all OSHA regulated practices and standards. COLLUSION BETWEEN BIDDERS - If the City forms a reasonable belief that a prospective Contractor is interested in more than one proposal for the same item that is sufficient cause for rejection of all bids in which collusion between bidders is suspected.
20 COMPANY NAME SPECIFICATIONS for LED STREET LIGHT FIXTURES FOR THE CITY OF PITTSBURGH SPEC#6692 PAGE 14 of 18 PREVAILING WAGE ORDINANCE - The Contractor agrees that section (e) of the PITTSBURGH CODE OF ORDINANCES, stating that the Contractor shall pay at least the applicable prevailing wages as shall have been determined by the Secretary of Labor and Industry to the workers employed in the performance of any contract for public work subject to the Pennsylvania Prevailing Wage Act approved August 15, 1961 (Act No. 442), as amended August 9, 1963 (Act No. 342), and the regulations issued pursuant thereto, and all supplements and amendments thereto, shall be made a part of this contract as fully as if attached hereto, and that s/he will comply in all respects with the provisions thereof, insofar as the same affects this contract. ANTI-SWEATSHOP PROVISIONS - Contractor will be required to submit an executed statement of compliance with Pittsburgh Code (b)(4), which certifies that nothing has come to its attention that would lead it to believe that any of the goods/products provided herein were made under sweatshop conditions. Goods/products are NOT made under sweatshop conditions if all of the conditions listed in section (e) of the Pittsburgh Code apply in the manufacturing facility in which the goods/products are made. If the City is presented with information that would lead the City to reasonably believe that the Contractor or its suppliers may be obtaining goods or products for sale, re-sale, lease or rental to the City that where made under sweatshop condition, upon request of the City, Contractor shall disclose information, data and materials reflecting Contractor s practices as they pertain to the procurement and manufacturing of goods/products in compliance with the Anti-sweatshop provisions of Pittsburgh Code Section WORKERS COMPENSATION - Contractor hereby agrees to perform the work described in this contract in accordance with the Articles of Agreement, and further certifies that it has accepted the provisions of the Worker's Compensation and Occupational Disease Acts, as amended and supplemented, insofar as the work covered by this contract is concerned, and that it has insured its liability thereunder in accordance with the terms of the said Acts, as evidenced by the certificate of insurance it has caused to be attached hereto, or will file with the DIRECTOR OF THE DEPARTMENT OF FINANCE, before the execution of this contract, a certificate of exemption form for insurance from the Bureau of Workmen s Compensation of the Department of Labor and Industry. STATEMENT OF AFFILIATIONS - Contractor hereby files a Statement of Affiliations with the City, attached hereto as an Exhibit, in compliance with Section (c) of the Pittsburgh Code. TERMINATION - City may terminate this contract at any time, without cause or liability, by giving Contractor thirty (30) days advance written notice of its intention to terminate. Addenda and Modifications Any changes, additions, deletions, or clarifications to the IFB are made by Bulletins (addenda). Any supplier in doubt as to the true meaning of any part of the IFB may request any interpretation thereof from the Issuing Office. At the request of the supplier, or in the event the Issuing Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Issuing Office. Such addendum issued by the Issuing Office will be sent to all suppliers receiving the original IFB and will become part of the IFB having the same binding effect as provisions of the original IFB. No verbal explanations or interpretations will be binding. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the Issuing Office no later than seven (7) days prior to the IFB due date. All addenda, bulletins, and interpretations of this solicitation shall be in writing. Any amendment or interpretation that is not in writing shall not legally bind the County. Only information supplied by the Issuing Office in writing or in this IFB should be used in preparing bids. All contact that a supplier may have had before or after receipt of this IFB with any individuals, employees, or representatives of the County and any information that may have been read in any news media or seen or heard in any communications facility regarding this IFB should be disregarded in preparing responses. The County does not assume responsibility for the receipt of any addendum sent to suppliers. A copy of all addenda issued must be signed and submitted with your electronic bid.
Request for Bid #1664 (RFB) HIGH MAST LIGHTING PROJECT
Request for Bid #1664 (RFB) HIGH MAST LIGHTING PROJECT CLOSING LOCATION: ATHENS MUNICIPAL BUILDING ATTN: PURCHASING 815 North Jackson Street Athens, TN 37303 (423) 744-2780 ISSUED: April 6th, 2018 DUE:
More informationLED Streetlight Services. RFP # City of Portsmouth John P. Bohenko, City Manager
REQUEST FOR PROPOSALS for LED Streetlight Services RFP # 03-17 City of Portsmouth John P. Bohenko, City Manager Prepared by: City of Portsmouth Public Works Department City of Portsmouth Portsmouth, New
More informationCOUNTY EXECUTIVE On behalf of the City of Pittsburgh
RICH FITZGERALD COUNTY EXECUTIVE On behalf of the City of Pittsburgh LUKE RAVENSTAHL MAYOR DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry
More informationBID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.
BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered
More informationREQUEST FOR SEALED BID PROPOSAL
DATE: MAY 22, 2015 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 13 PAGES BIDS DUE: JUNE
More informationCounty of Allegheny City of Pittsburgh
County of Allegheny City of Pittsburgh DAN ONORATO LUKE RAVENSTAHL COUNTY EXECUTIVE MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES 206
More informationMonday, September 30, 2013, 3:00PM
RICH FITZGERALD COUNTY EXECUTIVE LUKE RAVENSTAHL MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES REQUEST FOR QUALIFIED VENDORS for PRE-QUALIFIED
More informationDEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D. for CHAIN LINK FENCE SPECIFICATION NO. 7153
RICH FITZGERALD COUNTY EXECUTIVE DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D for CHAIN LINK FENCE SPECIFICATION NO. 7153 This Invitation for Bid contains requirements
More informationStellar Linear High Bay
Specifications Luminaire Stellar Linear High Bay Type ATG s Stellar Linear High Bay is engineered for high-performance illumination in large indoor environments. The housing s elegant and versatile design
More informationCOUNTY EXECUTIVE On behalf of the City of Pittsburgh
County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES 206 COURTHOUSE PITTSBURGH PA 15219 City
More information1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES
TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING
More informationREQUEST FOR QUOTATION
Return Bids By 11:00 AM, 04/16/2015 to: Samol P Hefley S Hefley TPU Administration Building North 3628 S. 35th St. Tacoma WA 98409 Ph. 253-502-8249 Fax.253-502-8372 Material will ship to: Generation Tacoma
More informationCounty of Allegheny RICH FITZGERALD COUNTY EXECUTIVE DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D.
County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D for REPLACEMENT WINDOWS FOR THE CLACK HEALTH CENTER- BUILDING # 7 SPECIFICATION
More informationRodent Baiting Vacant & Demolished Properties, Sewers, Baiting & Followup Baiting of Residential Areas
RICH FITZGERALD COUNTY EXECUTIVE On behalf of the City of Pittsburgh WILLIAM PEDUTO MAYOR DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry
More informationEXHIBIT 3 Page 1 of 12
Page 1 of 12 FLORIDA DEPARTMENT OF TRANSPORTATION - DISTRICT FOUR MAINTENANCE MEMORANDUM OF AGREEMENT THIS AGREEMENT, is entered into this day of, 2017, by and between the STATE OF FLORIDA DEPARTMENT OF
More informationDEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D. for SETTLER S CABIN POOL VALVE REPLACEMENT
RICH FITZGERALD COUNTY EXECUTIVE DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D for SETTLER S CABIN POOL VALVE REPLACEMENT SPECIFICATION NO. 7603 This Invitation
More informationCity of Bowling Green Department of Public Works
City of Bowling Green Department of Public Works 1011 College Street P.O Box 430 Bowling Green, KY 42102-0430 Phone: 270-393-3628 Fax: 270-393-3050 TDD: 1-800-618-6056 Web Address: www.bgky.org Attention
More informationSpecifications. 10 Year Limited Warranty. 1. IP65 Rated 2. Superior glare prevention and light quality 3. Best mounted at a range of 20 to 40 feet
ATG s Helix High Bay is an evolution of commercial high bay lighting. The Helix High Bay is ideally deployed for use in distribution centers, manufacturing facilities, and large retail facilities with
More informationPROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018
NAME OF CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS & CITY OF ALLEGAN MARCH 21, 2018 BOARD OF COUNTY ROAD COMMISSIONERS OF ALLEGAN COUNTY, MICHIGAN 1308 Lincoln Road,
More informationCOUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219
COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3006DF DATE: 29 Please quote the lowest prices at which you will furnish
More informationEXHIBIT 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 informationREQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY
REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)
More informationStandard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk
CMAA Document CMAR-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk 2004 EDITION This document is to be used in connection with CMAA Standard Form of Contract
More informationScofield Ridge Homeowners Association
Scofield Ridge Homeowners Association RFP #2012-003 Subject: Entrance Monument Design & Construction Due: March 30, 2012 2:00pm CST c/o Goodwin Management, Attn.: Debra Johnson * 11149 Research Blvd.,
More informationUnion County. Invitation for Bid # Agricultural Center Ceiling Replacement
Union County Invitation for Bid # 2015-026 Agricultural Center Ceiling Replacement Due Date: February 5, 2015 Time: 2:00pm Receipt Location: Government Center, 500 N. Main Street, Administrative Services,
More informationREQUEST 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 informationPURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:
KANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500 PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS 66104 WEB SITE: WWW.KCKPS.ORG/PURCHASING PORCELAIN WHITEBOARDS WITH ALUMINUM FRAMES BID NO:
More informationCITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES
CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES The City of Manchester (City) is requesting Competitive Sealed Proposals from qualified firms interested in contracting with the City
More informationREQUEST FOR BID PROPOSALS
REQUEST FOR BID PROPOSALS FOR EASTERN OREGON TRADE AND EVENT CENTER PROJECT BID ISSUANCE #8 LANDSCAPING AND IRRIGATION Hermiston, Oregon February 12, 2016 Eastern Oregon Trade and Event Center BID ISSUANCE
More informationLEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS
LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT
More informationHCG PURCHASING CO-OP INVITATION TO BID
HCG PURCHASING CO-OP INVITATION TO BID #1186 HOT MIX ASPHALT #1187 HOT MIX ASPHALT EXCAVATION BY COLD PLANER (MILLING) #1188 LINE PAINTING Sealed bids for Hot Mix Asphalt, Hot Mix Asphalt Excavation by
More informationTHE BIDDING AND CONTRACT PROVISIONS Document Section General Conditions (Standard Multiple and Single Contract Sets)
THE BIDDING AND CONTRACT PROVISIONS Document Section 00 70 00 General Conditions (Standard Multiple and Single Contract Sets) GENERAL CONDITIONS ARTICLE 1 DEFINITIONS 1.1 "Applicable Laws" means all laws,
More informationTOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S
TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos
More informationINVITATION TO BID Install Spray Foam Polyurethane Roof
November 7, 2016 RFP-1617-404 INVITATION TO BID Install Spray Foam Polyurethane Roof The Danville Public Schools Maintenance Department is requesting sealed bids for furnish and install Polyurethane Seamless
More informationINVITATION FOR BID. Furnish: Outdoor Sign for Bowen Branch Library
INVITATION FOR BID Furnish: Outdoor Sign for Bowen Branch Library Company: IFB No. IFB-CL-1904 Date of Issue: July 13, 2018 Bid Due Date: August 1,2018 at 2:00p.m. IFB-CL-1904 The Detroit Public Library
More informationGUILFORD COUNTY SCHOOLS Invitation for Bids
GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236
More informationIn 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 informationREQUEST FOR QUALIFICATIONS 3096 ARCHITECTURAL & ENGINEERING SERVICES WORKFORCE DEVELOPMENT AND TRAINING CENTER
Community College of Allegheny County REQUEST FOR QUALIFICATIONS 3096 ARCHITECTURAL & ENGINEERING SERVICES WORKFORCE DEVELOPMENT AND TRAINING CENTER A MANDATORY pre-proposal meeting will be held at 2:00
More informationCITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019
CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Remove, Repair and Re- Install
More informationBarrington Community Unit School District E. James Street Barrington, IL 60010
Barrington Community Unit School District 220 310 E. James Street REQUEST FOR BID Apple ipad Air 2 Case BID DUE MARCH 30, 2017 Points of Contact: LeeAnn Taylor (847) 842-3550 or ltaylor@barrington220.org
More informationThe City of Moore Moore, Oklahoma
The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite
More informationCOUNTY OF PRINCE EDWARD, VIRGINIA
COUNTY OF PRINCE EDWARD, VIRGINIA Invitation for Bids For Stripping and Waxing of VCT Floors in County Courthouse Issue Date: Monday, April 20, 2009 Due Date and Time: Send Proposals To: All inquiries:
More informationOn behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D.
County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE City of Pittsburgh WILLIAM PEDUTO MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES
More informationTOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM
TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which
More informationConstruction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.
Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:
More informationINVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA
INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA SITE ADDRESS: BIDS DUE: NEILLS CREEK PARK 3885 NEILLS CREEK RD ANGIER, NC 27501 TUESDAY, APRIL 17th @ 2:00 PM HARNETT
More informationDEPARTMENT OF EMERGENCY SERVICES GAS MONITORS AND AIR FLOW CALIBRATORS
COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3263AD DATE: June 30, 2015 Please quote the lowest prices at which you will
More informationINVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:
Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase
More information(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA
SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR
More informationREQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401
REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION
More informationCITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.
PUR666 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE September 2, 2015 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide
More informationPROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL
CONTRACTOR 17GRAVEL2 PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL Furnish, Haul and Spread processed road gravel (22-A Modified or 21AA) at various locations in
More informationDate: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:
SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Communications Tower BID OPENING DATE: August 25, 2014 TIME: 2:00 P.M.
More informationINVITATION TO BID Retaining Wall
INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining
More informationSt. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch
St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified
More informationCITY 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 informationChampaign Park District: Request for Bids for Playground Surfacing Mulch
May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be
More informationINVITATION 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 informationRequest for Quotation RFQ# 101
DISTRICT BUSINESS OFFICE - PURCHASING 33 Gough Street, San Francisco, CA 94103 Phone: 415-487-2413 Fax: 415-241-2326 Request for Quotation RFQ# 101 Furnish light fixtures, delivered to 50 Ocean Avenue,
More informationStandard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent
CMAA Document A-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent 2013 EDITION This document is to be used in connection with the Standard Form of
More informationSPECIFICATIONS FOR ALUMINUM STREET LIGHT POLES FOR THE ELECTRIC DEPARTMENT BROOKINGS MUNICIPAL UTILITIES BROOKINGS, SOUTH DAKOTA SEPTEMBER 2012
SPECIFICATIONS FOR ALUMINUM STREET LIGHT POLES FOR THE ELECTRIC DEPARTMENT BROOKINGS MUNICIPAL UTILITIES BROOKINGS, SOUTH DAKOTA SEPTEMBER 2012 Iof6 NOTICE TO BIDDERS Sealed bids will be received by Brookings
More informationBROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23
BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK 74012 PHONE (918) 259-5700 Request for Bid Ventilation System for Plant Operation #B12-23 Time and Date to be Returned: 11:00 AM on March 27,
More informationStandard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project
Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN
More informationCITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #
CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #13-09-001 The City of Dublin is accepting proposals for the purchase of a
More informationPOCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR
POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR REPLACEMENT OF HVAC EQUIPMENT AT Highland High School, 1800 Bench
More informationNotice to Bidders. High Bay Lighting
NO: B6540 DATE ISSUED: 5/21/12 DATE DUE: 6/11/12 TIME: 3:00 p.m. Notice to Bidders Sealed bids will be received by the Purchasing Agent of the Des Moines Independent Community School District at his office,
More informationOFFICIAL 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 informationConstruction Management-at-Risk Agreement
This ( Agreement ), by and between the Lone Star College ( LSC or Owner ) and ( Construction Manager ), referred to as Party individually or Parties collectively, shall become effective upon the date this
More informationCity of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager
City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For HSP Station Building Roof Replacement NANCY RIDLEY City Manager JOHN ZANG Director Division of Public Works MALCOLM FOX Water Department Supervisor
More informationPROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR
PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR This Agreement is made this day of, 2018, by and between SPRINGVILLE CITY, 110 S Main, Springville, Utah (hereinafter referred to as the City ), and,
More informationSt. Charles City County Library District
St. Charles City County Library District Removal & Replacement of Parking Lot Light Fixtures & Exterior Lights Part 2 77 Boone Hills Dr. St. Peters, Missouri 63376 Bids will be opened on Thursday, February
More informationLITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways
LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways Description: The Litchfield Airport Authority is accepting
More informationADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport
ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.
More informationAmount of Contract work per the plans and specifications for project. Specifications Attached. Plans Attached
Sample Company 2005 XXXX Main St Anywhere CA 99999 800 555-5555 SUBCONTRACT Contract#: 921 Contract Date: 08/20/2008 SUBCONTRACTOR: Baxter Heating & Cooling 4320 Eucalyptus Way Santa Rosa CA 95401 PROJECT:
More informationCity of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)
Visit our website for business opportunities at: www.miamigov.com/procurement PURCHASE ORDER/RELEASE NUMBER 14537 Show this number on all packages, invoices, and shipping papers. Page No. City of Miami
More informationSnow Removal Services Request for Proposals December 1, April 30, 2019
Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401
More informationTELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1
TELEPHONE: 620/694-1970 OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO. 15-149 ADDENDUM NO. 1 July 22, 2015 TO ALL PROSPECTIVE BIDDERS: The Bid Documents for the Bid 15-149, are hereby amended
More informationOKEECHOBEE 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 informationCompany: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:
Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18028 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS
More informationDAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance
DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS
More information2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.
Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City
More information525 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 informationBUSINESS PROCEDURE STREET LIGHTING: MUNICIPAL- OWNED EQUIPMENT DATE EFFECTIVE. January 1, 2015
BUSINESS PROCEDURE SUBJECT STREET LIGHTING: MUNICIPAL- OWNED EQUIPMENT NUMBER DATE REVISED June 2014 DATE EFFECTIVE January 1, 2015 ISSUED BY Director-Distribution Design I. PURPOSE To set forth a policy
More informationADVERTISEMENT FOR BID
ADVERTISEMENT FOR BID Lake Charles Harbor and Terminal District 751 Bayou Pines East, Suite P (70601) P.O. Box 3753 Lake Charles, LA 70602 The Lake Charles Harbor and Terminal District (Port of Lake Charles)
More informationCounty of Allegheny DAN ONORATO COUNTY EXECUTIVE
County of Allegheny DAN ONORATO COUNTY EXECUTIVE DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D for MOSQUITO PREVENTION PRODUCTS SPECIFICATION NO.6755 This Invitation for
More informationREQUEST FOR PROPOSAL FOR LED STREET LIGHTING PROJECT
Corporation of the Town of Mattawa Public Works Department Box 390, 160 Water St., Mattawa, Ont., P0H 1V0 phone (705) 744-2424 fax (705) 744-0104 e-mail: mattawapw@on.aibn.com REQUEST FOR PROPOSAL FOR
More informationAGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services
AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER Pre-Construction and Construction Phase Services FP&M Project No, CP00Error! Bookmark not defined. AGREEMENT made by and between the Board of Regents, State
More informationProject Manual for Electrical Switchgear Replacement Project
Project Manual for Electrical Switchgear Replacement Project Date Issued: February 12, 2016 Bid#05-032116SB-01 DUE DATE/TIME: March 21, 2016 3:00 PM Time and Date of Pre-Bid Meeting Deadline for Inquiries
More informationINVITATION TO BID Acoustical Ceiling Tile
October 10, 2016 REVISED 11/07/2016 RFP-1617-402 INVITATION TO BID Acoustical Ceiling Tile The Danville Public Schools Maintenance Department is requesting sealed bids for removal, furnish and install
More informationCOUNTY OF MONROE, MICHIGAN REQUEST FOR PROPOSALS FIRE ALARM SYSTEM REPLACEMENT FAIRVIEW COUNTY HOME. MONROE, MICHIGAN 48161
COUNTY OF MONROE, MICHIGAN REQUEST FOR PROPOSALS FIRE ALARM SYSTEM REPLACEMENT FAIRVIEW COUNTY HOME. MONROE, MICHIGAN 48161 PROPOSALS ISSUED TO CONTRACTORS: JANUARY 26, 2017 PROPOSALS DUE: THURSDAY, FEBRUARY
More informationCity of New Rochelle New York
Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR BID
More informationFor Review Only Official Bid Packet available at Athens County Engineer's Office
ATHENS COUNTY ENGINEER 2017 ROADSIDE MOWING PROGRAM NOTICE TO BIDDERS The Athens County Commissioners will open sealed bids at their office in the Athens County Courthouse, 15 South Court Street, Athens,
More informationC R D A Capital Region Development Authority
C R D A Capital Region Development Authority 100 Columbus Boulevard Suite 500 Hartford, CT 06103-2819 Tel (860) 527-0100 Fax (860) 527-0133 www.crdact.net September 26, 2018 Addendum #3 Regional Market
More informationCHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS
CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER
More informationHousing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730
HDC112 Housing Development Corporation of Rock Hill Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730 MANDATORY PRE-BID MEETING: September 5, 2017, at 10:30 a.m. The Housing Development
More informationREQUEST FOR SEALED BID PROPOSAL
DATE: JUNE 2, 2015 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 12 PAGES BIDS DUE: JUNE
More informationGlenwood/Bell Street Well Pump and Piping Construction
SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park
More informationAlabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL
Alabama State Port Authority Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL INVITATION TO BID The Alabama State Port Authority is accepting Sealed Bids on approximately two (2) 27 deep
More informationHSU 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 informationREQUEST FOR PROPOSAL SPORTS FIELD LIGHTING (1) 300ft Baseball/Softball Field
REQUEST FOR PROPOSAL SPORTS FIELD LIGHTING (1) 300ft Baseball/Softball Field FIELD A FOR THE CONWAY RECREATION COMPLEX CITY OF CONWAY CONWAY, SC 29526 Page 1 of 15 REQUEST FOR PROPOSAL (RFP) SPORTS FIELD
More information