ORIGINAL. RFQ Date: 10/03/2006. Your vendor number with us (if available):
|
|
- Beatrice McCoy
- 6 years ago
- Views:
Transcription
1 ORIGINAL Page: 1 / 4 RFQ - Invitation For Bids RFQ Date: 10/03/2006 Collective Number: CN SHOW THIS NUMBER ON BID ENVELOPE Issuing Office: Gera Karen Attention: Bid Room Department of General Services 6th Floor 555 Walnut Street Harrrisburg PA Please Return Quotation To: Attention: Bid Room Department of General Services 6th Floor 555 Walnut Street Harrrisburg PA Items To Be Delivered To: CORR SCI Dallas 1000 Follies Road Dallas PA Bidder/Contractor's Name, Address and Phone #: Your vendor number with us (if available): Type of Security furnished if required: Certified or bank cashier's check Irrevocable letter of credit Certificate of deposit Other as specified by bid Bond - If annual bond: What is the name of the principal on the bond? Contact Information: Buyer: Karen Gera Phone: Fax: kgera@state.pa.us RETURN BID BY: BID OPENING DATE 10/12/2006 BID OPENING TIME 1:30 P.M. EXPIRATION DATE OF CONTRACT: (IF APPLICABLE) DELIVERY DATE: 12/13/2006 The following are incorporated by reference herein: 1) the documents attached to this RFQ, if any; 2) the documents incorporated by reference in this RFQ, if any; and 3) the bid and contract terms and conditions, stored on the web site address at for this type of RFQ as of the date of the RFQ. RFQ, as used herein, means Request for Quotations, Invitation for Bids, Invitation to Qualify, or Request for Proposals, as appropriate. The Bidder/Contractor, intending to be legally bound hereby, offers and agrees, if this submission is accepted, to provide the awarded items at the price(s) set forth below at the time(s) and place(s) specified. Item Description of Items Quantity UOM Unit Total Line No. Price Item Price 10 3,500 ft2 TWINWALL POLYCARBONATE Item text 8MM TWINWALL POLYCOARBONATE - MATERIAL TO RE-COVER GREENHOUSE ft2 CORRUGATED POLYCARBONATE Item text CORRUGATE POLYUCARBONATE - MATERIAL TO RE-COVER GREENHOUSE 30 1 Lot GALZING ACCESSORIES Item text POLYCARBONATE MATERIALS TO REPLACE ALL THE GLASS IN THE GREENHOUSE WITH POLYCARBONATE INSTRUCTIONS FOR FILLING OUT THIS FORM FOR EACH ITEM LISTED, ENTER YOUR BID AMOUNT IN THE UNIT PRICE COLUMN AND TOTAL COLUMN THEN ENTER THE TOTAL BID AMOUNT AND SIGN THIS DOCUMENT ON THE LAST PAGE
2 ORIGINAL Page: 2 / 4 RFQ - Invitation For Bids RFQ Date: 10/03/2006 Collective Number: CN SHOW THIS NUMBER ON BID ENVELOPE Item Description of Items Quantity UOM Unit Total Line No. Price Item Price 40 2 EA MODINE/COOL AIR Item text MODINE HOT WATER/STEAM HEATERS TO SUPPLY 220 MBTU HEAT FOR GREENHOUSE 50 3 EA EXHAUST FAN 24" Item text SUPPLY CFM OF VENTILATION 60 2 EA EXHAUST FAN 18" Item text SUPPLY CFM OF VENTILATION 70 5 EA INLET SHUTTERS - 33" Item text SUPPLY CFM OF VENTILATION 80 4 EA H.A.F. FAN Item text FOR AIR CIRCULATION 90 1 EA MULTI-STAGE CONTROLLER Item text TO REMOTELY CONTROL THE HEATING AND VENTILATION EQUIPMENT PC A.V. BLACK PLASTIC BENCH TOP Item text 18" X 36" CUT TO SIZE FOR BACK GREENHOUSE (GREENHOUSE #2) EA AGRIC HEAT MAT Item text FOR ROOT ZONE HEATING. SIZE OF MAT 11" X10' EA RECEPTACLE UNIT Item text FOR ROOT ZONE HEATING. 20 INSTRUCTIONS FOR FILLING OUT THIS FORM FOR EACH ITEM LISTED, ENTER YOUR BID AMOUNT IN THE UNIT PRICE COLUMN AND TOTAL COLUMN THEN ENTER THE TOTAL BID AMOUNT AND SIGN THIS DOCUMENT ON THE LAST PAGE
3 ORIGINAL Page: 3 / 4 RFQ - Invitation For Bids RFQ Date: 10/03/2006 Collective Number: CN SHOW THIS NUMBER ON BID ENVELOPE Item Description of Items Quantity UOM Unit Total Line No. Price Item Price AMP 4 RECEPTACLE UNIT EA MOBILE 30 GPM INJECTOR ft2 SOLENO AQUAMAT Item text AUTOMATIC CAPILLARY WATERING FOR POTS AND TRAYS. 3' X 32' LENGTH MAT. FOR BENCH IN FRONT OF GRENNHOUSE THAT DOES NOT CONTAIN ROOT ZONE HEATING ft2 SOLENO AQUAMAT Item text AUTOMATIC CAPILLARY WATERING FOR POTS AND TRAYS. 3' X 32' LENGTH MAT. FOR BENCH IN FRONT OF GRENNHOUSE THAT DOES NOT CONTAIN ROOT ZONE HEATING PC A.V. BLACK PLASTIC BENCH TOP Item text 18" X 36" CUT TO SIZE FOR FRONT GREENHOUSE (GREENHOUSE #1) EA LABOR TO REMOVE/DISPOSAL OF MATERIALS Item text REMOVE AND DISPOSE OF ALL GLASS FROM 24' X 60' GREENHOUSE ROOF, GABLE ENDS, SIDEWALLS, INTERIOR PARTITION WALL EA INSTALLATION Item text INSTALL ALL NEW 8MM POLYCARBONATE AND EXTRUSIONS, FANS, SHUTTERS, HEATERS, H.A.F. FANS, AND MULTI STAGE CONTROLLER GENERAL REQUIREMENTS FOR ALL ITEMS: Header text FURNISH & INSTALLATION OF MATERIALS NEED FOR RENOVATION OF GREENHOUSE TO: DEPARTMENT OF CORRECTIONS SCI -DALLAS INSTRUCTIONS FOR FILLING OUT THIS FORM FOR EACH ITEM LISTED, ENTER YOUR BID AMOUNT IN THE UNIT PRICE COLUMN AND TOTAL COLUMN THEN ENTER THE TOTAL BID AMOUNT AND SIGN THIS DOCUMENT ON THE LAST PAGE
4 ORIGINAL Page: 4 / 4 RFQ - Invitation For Bids RFQ Date: 10/03/2006 Collective Number: CN SHOW THIS NUMBER ON BID ENVELOPE Item Description of Items Quantity UOM Unit Total Line No. Price Item Price 1000 FOLLIES ROAD DALLAS, PA SHIP FOB DESTINATION PREPAID AND ALLOWED Shipping instructions SHIP FOB DESTINATION PREPAID AND ALLOWED TO LOCATION SPECIFIED. Terms of payment NET 30 Bidder/Contractor's Signature SIGN AND PRINT NAME BELOW AUTHORIZED OFFICER / PARTNER / OWNER (CIRCLE ONE) DATE ENTER TOTAL BID AMOUNT HERE ALL PRICES ARE F.O.B. DESTINATION
5 SPECIAL TERMS AND CONDITIONS FOR PURCHASE REQUISTIONS 1. CONTRACT SCOPE/OVERVIEW: The Contractor shall be required to furnish and install the awarded items at the price(s) quoted to Department of Corrections SCI - Dallas (identified here and in other documents as the using agency) at Department of Corrections SCI (Dallas) Accounts Payable, 1000 Follies Road, Dallas, Pennsylvania and to invoice the using agency promptly after the items are delivered at Department of Corrections, SCI Dallas, 1000 Follies Road, Dallas, PA The awarded vendor shall be responsible to remove, clean up any and all debris from the job site.. 2. ORDER OF PRECEDENCE: These Special Contract Terms and Conditions for Purchase Requisitions supplement the Standard Contract Terms and Conditions For Purchase Orders (or Standard Purchase Order Contract Terms and Conditions). To the extent that these Special Contract Terms and Conditions for Purchase Requisitions conflict with the Standard Contract Terms and Conditions For Purchase Orders, these Special Terms and Conditions for Purchase Requisitions shall prevail. 3. DESCRIPTIVE LITERATURE Unless a bidder is offering to provide the manufacturer-referenced product(s), each bidder shall submit the following information with their bids, or no later than two (2) business days after notification from the Department of General Services to furnish the information: cuts, illustrations, drawings, prints, test data sheets, specification sheets and brochures which detail construction features, design, components, materials used, applicable dimensions and any other pertinent information in order for the Department to evaluate the product(s) offered by the bidders. Bidders shall also indicate any known specification deviations from the referenced product. Failure to submit this information prior to the expiration of the second business day after notification may result in rejection of the bid as non-responsive. 4. PERFORMANCE & PAYMENT BONDS: The awarded contractor must furnish within ten (10) days after award of the purchase order the following bonds: (1) A performance bond at one hundred percent of the contract amount, conditioned upon the faithful performance of the contract in accordance with the plans, specifications and conditions of the contract. The bond shall be solely for the protection of the contracting body which awarded the contract. (2) A payment bond at one hundred percent of the contract amount. The bond shall be solely for the protection of claimants supplying labor and materials to the awarded contractor, or to any of its subcontractors, in the performance of the work provided for in the contract, and shall be conditioned on the prompt payment for material furnished or labor Page 1 of 8
6 supplied or performed in the performance of the work. Labor or materials shall include public utility services and reasonable rentals of equipment, but only for period when the equipment rented is actually used at the site. Failure to furnish the required performance and payment bonds within the required ten (10) days time frame shall be considered a failure to perform a contractual obligation which may result in termination of the purchase order and award to another bidder. In the event of termination and re-award for failure to provide payment and performance bonds, the contractor shall be responsible for any increase in cost to the Commonwealth. Where the contractor does not comply with the requirements of the purchase order, the amount of the performance bond shall be paid to the Commonwealth as liquidated damages for the contractor s failure to comply, or the Commonwealth may, at its sole option, sue the contractor or its surety for the damages it has suffered for any breach of contract. 5. INSURANCE The Contractor shall purchase and maintain at its expense the following types of insurance, issued by companies acceptable to the Department of General Services and authorized to conduct such business under the laws of the Commonwealth of Pennsylvania. a. Worker s Compensation Insurance for all of the Contractor s employees and those of any subcontractor, engaged in work at the site of the project in accordance with the Worker s Compensation Act of 1915 and any supplements or amendments thereof. b. Public liability and property damage insurance to protect the Commonwealth, the Contractor, and any and all subcontractors from claims for damages for personal injury (including bodily injury), sickness or disease, accidental death and damage to property, including loss of use resulting from any property damage, which may arise from operations under this contract whether such operation be by the Contractor, by any subcontractor or by anyone directly or indirectly employed by either. The limits of such insurance shall be in an amount not less that $500,000 each person and $2,000,000 each occurrence, personal injury and property damage combined. Such policies shall be occurrence rather than claims-made policies and shall name the Commonwealth of Pennsylvania as an additional insured. The insurance shall not contain any endorsements or any other form designed to limit and restrict any action by the Commonwealth, as an additional insured, against the insurance coverage in regard to the work performed for the Commonwealth. Prior to commencement of work under this contract, the Contractor shall provide the Department with current certificates of insurance. These certificates shall contain a provision that coverage s afforded under the policies will not be cancelled or changed until at least thirty (30) days written notice has been given to the Department. Page 2 of 8
7 c. Comprehensive Automobile Liability Insurance to protect the Commonwealth and the Contractor from claims for damages for personal injury (including bodily injury or death) and damage to property, including loss of use resulting from any property damage, which may arise form the use of Contractor owned or leased vehicles in the performance of this contract whether such operation be by the Contractor, by any subcontractor, or by anyone directly or indirectly employed by either. The limits of such insurance shall be in an amount not less than $500,000 each person and $2,000,000 dollars each occurrence, personal injury and property damage combined. Such policies shall be occurrence rather than claims-made policies and shall name the Commonwealth of Pennsylvania as an additional insured. 6. PREVAILING MINIMUM WAGE - The contract with the awarded vendor is subject to the provisions, duties, obligations, remedies and penalties of the Pennsylvania Prevailing Wage Act, 43 P.S. Section ET SEQ., which is incorporated herein by reference as if fully set forth herein. The contractor shall pay no less than the wage rates as determined by the Secretary of Labor and Industry (hereinafter referred to in this paragraph as "Secretary") for each craft or classification of all workmen needed to perform this contract during the term hereof for the locality in which the work is to be performed. In compliance with said Pennsylvania Prevailing Wage Act, the Prevailing Minimum Wage Predetermination, as approved by the Secretary, is attached hereto and made a part hereof. (A) The provisions of this paragraph shall apply to all work performed on the contract by the contractor and to all work performed on the contract by all subcontractors. The contractor shall insert in each of his subcontracts all of the stipulations contained in these required provisions and such other stipulations as may be required. (B) No workmen may be employed on the public work except in accordance with the classifications set forth in the decisions of the Secretary. In the event that additional or different classifications are necessary, the procedure set forth in section 7 of the regulations shall be followed. (C) All workmen employed or working on the public work shall be paid unconditionally, regardless of whether any contractual relationship exists or the nature of any contractor, subcontractor and workmen, not less than once a week without deduction or rebate, on any account, either directly or indirectly, except authorized deductions, the full amounts due at the time of payment, computed at the rates applicable to the time worked in the appropriate classification. Nothing in the contract, the Act or the Regulations shall prohibit the payment of more than the general prevailing minimum wage rates as determined by the Secretary to any workman or public work. (D) The contractor and each subcontractor shall post for the entire period of construction the wage determination decisions of the Secretary, including the effective date of any changes thereof, in a prominent and easily accessible place or Page 3 of 8
8 places at the site of the work and at such place or places used by them to pay workmen their wages. The posted notice of wage rates must contain the following information: (1) Name of project. (2) Name of public body of which it is being constructed. (3) The crafts and classifications of workmen listed in the Secretary's general prevailing minimum wage rate determinations for the particular project. (4) The general prevailing minimum wage rates determined for each craft and classification and the effective date of any changes. (5) A statement advising workmen that if they have been paid less than the general prevailing minimum wage rate for their job classification or that the contractor and/or subcontractor are not complying with the act or the regulations in any manner whatsoever, they may file a protest with the Secretary of Labor and Industry. Any workmen paid less than the rate specified in the contract shall have a civil right of action for the difference between the wage paid and the wages stipulated in the contract, which right of action must be exercised within six (6) months from the occurrence of the event creating such right. (E) The contractor and all subcontractors shall keep an accurate record showing the name, craft and/or classification, number of hours worked per day, and the actual hourly rate of wage paid (including employee benefits) to each workman employed by him in connection with the public work and such record must include any deductions from each workman. The record shall be preserved for two years from the date of payment and shall be open at all reasonable hours to the inspection of the public body awarding the contract and to the Secretary or his duly authorized representatives. (F) Apprentices shall be limited to such numbers as shall be in accordance with a bona fide apprenticeship program registered with and approved by the Pennsylvania Apprenticeship and Training Council and only apprentices whose training and employment are in full compliance with the provisions of the Apprenticeship and Training Act approved July 14, 1961 (Act No. 304) and the Rules and Regulations issued pursuant thereto shall be employed on the public work project. Any workman using the tools of a craft who does not qualify as an apprentice within the provisions of this subsection shall be paid the rate predetermined for journeymen in that particular craft and/or classification. (G) Wages shall be paid without any deductions except authorized deductions. Employers not parties to a contract requiring contributions for employee benefits which the Secretary has determined to be included in the general prevailing minimum wage rate shall pay the monetary equivalent thereof directly to the workmen. (H) Payment of compensation to workmen for work performed on public work on a lump sum basis, or a piece work system, or a price certain for the completion of a certain amount of work, or the production of a certain result shall be deemed a violation of the Act and the Regulations, regardless of the average hourly earnings resulting therefrom. Page 4 of 8
9 (I) Each contractor and each subcontractor shall file a statement each week and a final statement at the conclusion of the work on the contract with the using agency, under oath, and in form satisfactory to the Secretary, certifying that all workmen have been paid wages in strict conformity with the provisions these requirements. If any wages remain unpaid, the amount of wages due and owing to each workman respectively shall be included in the statement. A copy of the form entitled "Contractor's or Subcontractor's Weekly Payroll Certification for Public Works Projects" is attached hereto. (J) Before final payment is made, a final wage certification must be submitted by all contractors and subcontractors. Page 5 of 8
10 COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGE DIVISION CONTRACTOR S OR SUBCONTRACTOR S WEEKLY PAYROLL CERTIFICATION FOR PUBLIC WORKS PROJECTS TO: DATE: (OFFICIAL NAME OF AWARDING AUTHORITY OR AGENCY) (ADDRESS) WEEKLY CERTIFICATION FINAL CERTIFICATION (WORK CONCLUDED) (FINAL CERTIFICATION MUST BE SUBMITTED UNDER OATH) PAYROLL PERIOD BEGINNING PAYROLL PERIOD ENDING DATE WAGES DUE AND PAID NAME OF PROJECT: LOCATION OF PROJECT: COUNTY: PROJECT NO: TWP: SERIAL NO. ASSIGNED TO WAGE PREDETERMINATION: This is to certify that all workmen employed on the above public works project have been paid their wages, in full, except as listed on the reverse side of this form, and that the contractor or subcontractor has complied with the provisions of the Pennsylvania Prevailing Wage Act approved August 15, 1961 (Act No. 442) and the Regulations issued pursuant thereto. This further certifies that the contractor or subcontractor is not receiving or requiring, or will not receive or require directly or indirectly, from any workmen any refund of any such wage or wages paid and that no deductions have been made either directly or indirectly, other than deductions authorized by the Wage Payment and Collection Law approved July 14, 1961 (Act No. 329) and the Regulations issued pursuant thereto. (NAME OF CONTRACTOR OR SUBCONTRACTOR (SIGNATURE) TAKEN, SWORN AND SUBSCRIBED BEFORE ME, THIS DAY OF (TITLE), A.D. 20 (SEAL) USE THE REVERSE SIDE OF THIS FORM TO LIST THE NAME OF THE WORKMEN, THEIR ADDRESSES AND THE AMOUNTS NOT FULLY PAID TO THEM ON THE DUE DATE. Page 6 of 8
11 7. SITE VISITATION: All bidders, prior to submitting a bid must visit the site to completely familiarize themselves with all of the agency s needs and requirements. Vendor shall contact Martin Walsh at (570) x224 to schedule an appointment to visit the site. Date of Site Visitation: Bidder Representative Visiting Site: Person Contacted by Bidder: Failure to provide this information with the bid shall result in the rejection of the bid. Page 7 of 8
12 8. DELIVERY: The deadline for work to be completed is December 13, All material must ship FOB Destination prepaid and allowed. 9. WARRANTY: Vendor shall furnish new material free from defects under normal use and service. All material shall be new and delivered direct to location indicated with current warranty information. Any material herein described is proved to be defective; shall be replaced at no additional cost to the Commonwealth of Pennsylvania. 10. METHOD OF AWARD: This will be a Group Award to the lowest bidder who submits a signed, timely, responsible and responsive bid. All bids must be mailed and received by the date and time indicated on the Request for Quote to: Department of General Services Attention: Bid Room 555 Walnut Street, 6 th Floor Harrisburg, Pennsylvania Please refer any questions or inquiries regarding this bid to: Karen Gera, Commodity Specialist Commonwealth of Pennsylvania Bureau of Procurement (717) or kgera@state.pa.us Page 8 of 8
13 This RFQ-Invitation for Bids is comprised of the following documents: STD-203 (SAP), General Conditions And Instructions To Bidders For RFQ Invitation For Bids (Rev ) GSPUR-12A (SAP), Standard DGS Purchase Order Terms and Conditions - SAP (Rev ) GSPUR-89, Reciprocal Limitations Act Requirements (Rev ) GSPUR-95, Bidding Preference for Products with Recycled Postconsumer Material (Rev ) GSPUR-13A, Special Terms and Conditions for Purchase Requisitions (Rev ) Unless indicated with this RFQ-Invitation for Bids, these documents are available on-line at or by contacting the Bureau of Procurement Vendor Services Section (Fax No , Telephone No or 4705). You must include the State of Manufacturer certificate with your bid as required by the Reciprocal Limitations Act 146 or your bid may be rejected.
14 THIS IS A GROUP AWARD
15 STATE OF MANUFACTURE CHART THIS FORM MUST BE COMPLETED AND RETURNED WITH THE BID The Reciprocal Limitations Act 146 requires the Department to give Pennsylvania resident bidders a preference against a non-resident bidder from any state that gives or requires a preference to bidders from that state. The amount of preference shall be equal to the amount of preference applied by the state of the non-resident bidder. More information on this Act, or how to claim preference, can be obtained at our internet site at by faxing a request to , or by calling Vendor Services at or All bidders must complete the following chart by listing the name of the manufacturer and the state (or foreign country) of manufacture for each item. If the item is domestically produced, the bidder must indicate the state in the United States where the item will be manufactured. This chart must be completed and submitted with the bid or no later than two (2) business days after notification from the Department of General Services to furnish the information. Failure to complete this chart and provide the required information prior to the expiration of the second business day after notification shall result in the rejection of the bid. ITEM NUMBER NAME OF MANUFACTURER STATE (OR FOREIGN COUNTRY) OF MANUFACTURE BIDDER S RESIDENCY A. In determining whether the bidder is a nonresident bidder from a state that gives or requires a preference to bidders from that state, the address given on the first page of this invitation for bid shall be used by the Department of General Services. If that address is incorrect, or if no address is given, the correct address should be provided in the space below: Correct Address: Revised 6/8/98
16 C O M M O N W E A L T H O F P E N N S Y L V A N I A DEPARTMENT OF GENERAL SERVICES H A R R I S B U R G October 10, 2006 Subject: GREENHOUSE RENOVATION Bid Number: CN Opening Date/Time: OCTOBER 12, 1:30 P.M. Flyer: 1 To All Bidders: AT THIS TIME THE BID OPENING DATE OF OCTOBER 12, 1:30 P.M. IS BEING RESCHEDULED. WE CONTEMPLATE ON ESTABLISHING A NEW BID OPENING DATE BY THE END OF THIS WEEK. PLEASE REVIEW THE DGS WEBSITE FOR ANY UPDATES OR CHANGES. Attach this flyer to the original copy of your invitation bid proposal. Failure to do so may result in bid disqualification. If you have already returned the original bid, return this flyer with your instructions, annotated or a cover memo attached, to: Bureau of Procurement, Bid Opening Room, 555 Walnut Street, 6 th Floor Harrisburg PA IF YOU ARE CHANGING PRICE(S), DO NOT FAX this flyer and/or cover memo; you must furnish these instructions in a sealed envelope. Please indicate the bid number and opening date/time on the outside of the envelope. Except as clarified and amended by this flyer, the terms, conditions, specifications, and instructions of the invitation to bid and any previous flyers, remain as originally written. Any questions concerning this bid direct to: Karen Gera, Commodity Specialist at Very truly yours, J. P. Duvall for Nicholas Kaczmarek, Chief Procurement Officer Bureau of Procurement
17 COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES HARRISBURG October 11, 2006 Subject: Greenhouse Renovation Bid Number: CN Opening Date/Time: October 18, 1:30 P.M. Flyer: 2 To All Bidders: THIS FLYER IS TO NOTIFY ALL BIDDERS THAT CN BID OPENING DATE IS RESCHEDULED TO OPEN ON OCTOBER 18, 2006 AT 1:30 P.M. PLEASE SEE ATTACHED PREVAILING WAGES RATES THAT WILL APPLY TO THIS PROJECT. Attach this flyer to the original copy of your invitation bid proposal. Failure to do so may result in bid disqualification. If you have already returned the original bid, return this flyer with your instructions, annotated or a cover memo attached, to: Bureau of Procurement, Bid Opening Room, 555 Walnut Street, 6 th Floor Harrisburg PA IF YOU ARE CHANGING PRICE(S), DO NOT FAX this flyer and/or cover memo; you must furnish these instructions in a sealed envelope. Please indicate the bid number and opening date/time on the outside of the envelope. Except as clarified and amended by this flyer, the terms, conditions, specifications, and instructions of the invitation to bid and any previous flyers, remain as originally written. Any questions concerning this bid direct to: Karen Gera, Commodity Specialist at Very truly yours, J. P. Duvall for Nicholas Kaczmarek, Chief Procurement Officer Bureau of Procurement
18 Prevailing Wages Project Rates Project Name: Renovation of greenhouses Awarding Agency: DGS for DOC Contract Award Date: 10/25/2006 Serial Number: Project Classification: (Building) Determination Date: 10/10/2006 4:51:04 PM Assigned Field Office: Scranton Field Office Phone Number: Toll Free Phone Number: Luzerne County (Building) Effective Date Expiration Date Hourly Rate Fringe Benefits Total Asbestos & Insulation Workers 7/1/2005 $25.49 $12.61 $38.10 Boilermaker (Repair Work) 3/1/2006 $19.82 $13.37 $33.19 Boilermakers 9/1/2006 $35.26 $20.31 $55.57 Bricklayers, Stone Masons, Pointers, Caulkers, Cleaners 4/30/2006 $25.09 $13.10 $ /6/2007 $27.08 $13.12 $40.20 Carpenters, Drywall Hangers, Framers, Instrument Men, Lathers, Soft Floor Layers 5/1/2006 $21.85 $10.03 $ /1/2007 $22.65 $9.98 $32.63 Cement Finishers 6/1/2005 $24.18 $5.65 $ /1/2006 $24.03 $6.70 $ /1/2007 $26.03 $5.65 $31.68 DockBuilder/Pile Drivers (Building, Heavy & Highway) 1/1/2006 $26.41 $10.29 $ /1/2007 $26.93 $10.77 $37.70
19 Drywall Finisher 5/1/2006 $21.06 $11.32 $ /1/2007 $21.06 $11.32 $ /1/2008 $21.06 $11.32 $32.38 Electric Lineman 3/1/2006 $35.15 $14.64 $49.79 Electricians 6/1/2006 $27.90 $11.54 $ /1/2007 $29.05 $11.77 $ /1/2008 $30.28 $12.03 $42.31 Elevator Constructor 1/1/2005 $33.25 $14.77 $48.02 Elevator Tender 1/1/2004 $22.05 $10.87 $32.92 Elevator Tender (Use Elevator Apprentice or Constructor) 1/1/2005 $0.00 $0.00 $0.00 Glazier 5/1/2006 $21.41 $9.48 $30.89 Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) 7/1/2006 $27.07 $22.30 $ /1/2007 $29.07 $22.30 $ /1/2008 $31.07 $22.30 $53.37 Laborers (Class 01 - See notes) 5/1/2006 $17.40 $9.88 $ /1/2007 $17.85 $10.13 $27.98 Laborers (Class 02 - See notes) 5/1/2006 $17.90 $9.88 $ /1/2007 $18.35 $10.13 $28.48 Laborers (Class 03 - See notes) 5/1/2006 $19.62 $9.86 $ /1/2007 $20.67 $10.11 $30.78 Laborers (Class 04 - See notes) 5/1/2006 $21.12 $9.86 $ /1/2007 $22.17 $10.11 $32.28 Millwright 5/1/2006 $25.11 $11.87 $36.98
20 5/1/2007 $25.46 $12.82 $ /1/2008 $26.51 $13.07 $ /1/2009 $27.56 $13.32 $40.88 Operators (Building/Heavy, Class 01 - See Notes) 5/1/2006 $25.20 $14.81 $ /1/2007 $26.44 $15.17 $41.61 Operators (Building/Heavy, Class 01a - See Notes) 5/1/2006 $27.46 $15.56 $ /1/2007 $28.69 $15.93 $44.62 Operators (Building/Heavy, Class 02 - See Notes) 5/1/2006 $24.92 $14.72 $ /1/2007 $26.16 $15.08 $41.24 Operators (Building/Heavy, Class 02a - See Notes) 5/1/2006 $27.18 $15.47 $ /1/2007 $28.42 $15.84 $44.26 Operators (Building/Heavy, Class 03 - See Notes) 5/1/2006 $22.97 $13.55 $ /1/2007 $24.21 $13.91 $38.12 Operators (Building/Heavy, Class 04 - See Notes) 5/1/2006 $22.20 $13.32 $ /1/2007 $23.43 $13.69 $37.12 Operators (Building/Heavy, Class 05 - See Notes) 5/1/2006 $21.71 $13.17 $ /1/2007 $22.94 $13.54 $36.48 Operators (Building/Heavy, Class 06 - See Notes) 5/1/2006 $20.82 $12.92 $ /1/2007 $22.06 $13.28 $35.34 Operators (Building/Heavy, Class 07/A - See Notes) 5/1/2006 $30.24 $16.86 $ /1/2007 $31.73 $17.30 $49.03 Operators (Building/Heavy, Class 07/B - See Notes) 5/1/2006 $29.90 $16.77 $ /1/2007 $31.39 $17.21 $48.60 Painters Class 1 (see notes) 5/1/2006 $20.40 $11.32 $31.72
21 5/1/2007 $20.40 $12.32 $ /1/2008 $20.40 $13.32 $33.72 Painters Class 2 (see notes) 5/1/2006 $22.30 $11.32 $ /1/2007 $22.30 $12.32 $ /1/2008 $22.30 $13.32 $35.62 Painters Class 3 (see notes) 5/1/2006 $23.25 $11.32 $ /1/2007 $23.25 $12.32 $ /1/2008 $23.25 $13.32 $36.57 Plasterers 6/1/2006 $23.91 $6.90 $ /1/2007 $26.11 $5.65 $31.76 Plumbers and Steamfitters 1/1/2006 $28.85 $13.76 $ /1/2006 $30.20 $15.16 $ /1/2007 $31.80 $16.56 $48.36 Roofers (all) 6/1/2005 $21.15 $10.36 $31.51 Sheet Metal Workers 5/1/2006 $25.40 $15.30 $40.70 Sprinkerfitters 4/1/2006 $30.85 $13.65 $ /1/2007 $30.85 $14.65 $45.50 Terrazzo Finisher 5/1/2005 $24.89 $9.93 $ /1/2006 $25.88 $10.73 $ /1/2007 $27.53 $10.78 $38.31 Terrazzo Setter 5/1/2005 $23.70 $13.15 $ /1/2006 $24.79 $13.95 $ /1/2007 $26.53 $14.00 $40.53 Tile & Marble Finisher 5/1/2005 $18.92 $10.52 $29.44 Tile & Marble Layer 5/1/2005 $21.83 $11.02 $32.85
22 Truckdriver class 1(see notes) 5/1/2005 $25.03 $0.00 $ /1/2006 $25.78 $0.00 $ /1/2007 $26.58 $0.00 $26.58 Truckdriver class 2 (see notes) 5/1/2005 $25.10 $0.00 $ /1/2006 $25.85 $0.00 $ /1/2007 $26.65 $0.00 $26.65 Truckdriver class 3 (see notes) 5/1/2005 $25.59 $0.00 $ /1/2006 $26.34 $0.00 $ /1/2007 $27.14 $0.00 $27.14 (Heavy & Highway) Effective Date Expiration Date Hourly Rate Fringe Benefits Total Carpenter and Piledriver 5/1/2005 $22.74 $7.07 $ /1/2006 $23.20 $7.56 $30.76 Cement Finishers 6/1/2000 6/1/2010 $21.88 $4.05 $25.93 Iron Workers (Highway Reinforcing) 7/1/2005 $23.52 $21.13 $ /1/2006 $24.42 $22.30 $ /1/2007 $26.42 $22.30 $ /1/2008 $28.42 $22.30 $50.72 Laborers (Class 01 - See notes) 5/1/2006 $18.23 $8.88 $ /1/2007 $18.48 $9.53 $28.01 Laborers (Class 02 - See notes) 5/1/2006 $18.23 $8.88 $ /1/2007 $18.48 $9.53 $28.01 Laborers (Class 03 - See notes) 5/1/2006 $18.87 $8.88 $ /1/2007 $19.12 $9.53 $28.65 Laborers (Class 04 - See notes) 5/1/2006 $18.58 $8.88 $ /1/2007 $18.83 $9.53 $28.36
23 Laborers (Class 05 - See notes) 5/1/2006 $19.44 $8.88 $ /1/2007 $19.69 $9.53 $29.22 Laborers (Class 06 - See notes) 5/1/2006 $19.80 $8.88 $ /1/2007 $20.05 $9.53 $29.58 Laborers (Class 07 - See notes) 5/1/2006 $19.25 $8.88 $ /1/2007 $19.50 $9.53 $29.03 Laborers (Class 08 - See notes) 5/1/2006 $18.67 $8.88 $ /1/2007 $18.92 $9.53 $28.45 Laborers (Class 09 - See notes) 5/1/2006 $18.96 $8.88 $ /1/2007 $19.21 $9.53 $28.74 Laborers (Class 10- See notes) 5/1/2006 $19.44 $8.88 $ /1/2007 $19.69 $9.53 $29.22 Laborers (Class 11 -See Notes) 5/1/2006 $13.62 $8.88 $ /1/2007 $13.87 $9.53 $23.40 Laborers (Class 12 -See Notes) 5/1/2005 $18.03 $8.23 $ /1/2006 $18.23 $8.88 $ /1/2007 $18.48 $9.53 $28.01 Operators (Highway, Class 01 - See Notes) 5/1/2005 $22.01 $13.94 $ /1/2006 $23.24 $14.31 $ /1/2007 $24.48 $14.67 $39.15 Operators (Highway, Class 01a - See Notes) 5/1/2006 $25.49 $14.98 $ /1/2007 $26.73 $15.35 $42.08 Operators (Highway, Class 02 - See Notes) 5/1/2006 $22.29 $13.74 $ /1/2007 $23.53 $14.10 $37.63
24 Operators (Highway, Class 03 - See Notes) 5/1/2006 $21.74 $13.39 $ /1/2007 $22.98 $13.75 $36.73 Operators (Highway, Class 04 - See Notes) 5/1/2006 $21.29 $13.26 $ /1/2007 $22.53 $13.62 $36.15 Operators (Highway, Class 05 - See Notes) 5/1/2006 $20.79 $13.10 $ /1/2007 $22.02 $13.47 $35.49 Operators (Highway, Class 06 - See Notes) 5/1/2006 $23.48 $14.37 $ /1/2007 $24.72 $14.73 $39.45 Operators (Highway, Class 06/A - See Notes) 5/1/2006 $25.73 $15.03 $ /1/2007 $26.97 $15.39 $42.36 Operators (Highway, Class 07/A - See Notes) 5/1/2006 $27.89 $16.29 $ /1/2007 $29.37 $16.72 $46.09 Operators (Highway, Class 07/B - See Notes) 5/1/2006 $26.75 $15.61 $ /1/2007 $28.23 $16.03 $44.26 Truckdriver class 1(see notes) 5/1/2006 $25.78 $0.00 $ /1/2007 $26.58 $0.00 $26.58 Truckdriver class 2 (see notes) 5/1/2006 $25.85 $0.00 $ /1/2007 $26.65 $0.00 $26.65 Truckdriver class 3 (see notes) 5/1/2006 $26.34 $0.00 $ /1/2007 $27.14 $0.00 $27.14 * * * If you can not find a classification under Heavy & Highway please refer to the Building wage rates. For further information on construction types review the Oper tor and Laborer Notes on this site. a
INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233
1 INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO. 1016 DESCRIPTION: INSTALLATION OF VOICE AND DATA
More informationSTATEMENT OF WORK. Installations, Repair and/or Maintenance of Sewage and Drain Lines. Presque Isle State Park (Erie County)
STATEMENT OF WORK Installations, Repair and/or Maintenance of Sewage and Drain Lines Presque Isle State Park (Erie County) I. SCOPE OF WORK: The Pennsylvania Department of Conservation and Natural Resources,
More informationSKLYINE BOULEVARD PAVEMENT REPAIR PROJECT
TOWN OF HILLSBOROUGH PUBLIC WORKS DEPARTMENT AGREEMENT FOR PUBLIC IMPROVEMENTS SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT THIS AGREEMENT is made and entered into as of the -----------------, by and between
More informationGALESBURG 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 informationPURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION
QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY PURCHASING DEPARTMENT P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS BID NUMBER 995100-2011 ROOFING DATED
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 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 informationM 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 informationG E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S
Page 11 of 17 G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S The contractor shall provide certificates of insurance in a form acceptable to the Georgia Ports Authority
More informationOverview for Contract Prior to utilizing a contract, the user should read the contract in it's entirety.
Overview for Contract 5810-07 Prior to utilizing a contract, the user should read the contract in it's entirety. DESCRIPTION This system will enable the Commonwealth to provide digital photo capture technology
More informationINVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT
INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT The City of Des Peres is soliciting bids from qualified vendors to remove, furnish and install new flooring in activity rooms A and
More informationTOWN 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 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 informationDelaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT
Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT THIS AGREEMENT made and entered into this day of, 19, by and between
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 informationCHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )
CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF
More informationCHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:
CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS
More informationCOMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WELDING SPARK ARRESTOR INSTALLATION
COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WELDING SPARK ARRESTOR INSTALLATION Proposal: #1707001 Sheree Bell Due Date: August 17, 2017 Procurement Coordinator Not later
More informationChemicals, Mine Water Treatment ( ) Contract - Overview Prior to utilizing a contract, the user should read the contract in it's entirety.
Chemicals, Mine Water Treatment (6810-04) Contract - Overview Prior to utilizing a contract, the user should read the contract in it's entirety. DESCRIPTION - This contract covers the Commonwealth's requirements
More informationNOTICE 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 informationFair Wage Policy for ICI Contracts
Fair Wage Policy for ICI Contracts POLICY STATEMENT On all Industrial Commercial Institutional Construction Contracts with the Municipality, every Contractor and Sub-Contractor shall pay or provide wages,
More informationINVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed
INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time
More informationconstruction 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 informationGENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES
Department of General Services GSPUR-11D Rev. 1/17/03 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES 1. SUBMISSIONS OF BIDS: a. Bids are requested for the item(s) described
More informationI N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL
FINANCE DEPARTMENT I N V I T A T I O N T O B I D GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent BID #33-16 RECONSTRUCTION OF RETAINING
More informationTHIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921
THIS IS NOT AN ORDER!! DATE: April 19, 2013 REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 R.F.Q. NO. 14-02 Return quotes to: Tanya Adams, Recycling Coordinator
More informationCOUNTY 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 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 informationARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Central Office
Contract Number: ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION 03-3-766H Bid Opening Date: January 30, 2003 Time: 1:00 p.m. BID OPENING LOCATION:
More informationOverview for Contract Prior to utilizing a contract, the user should read the contract in it's entirety.
Overview for Contract 9905-18 Prior to utilizing a contract, the user should read the contract in it's entirety. DESCRIPTION CONTRACT INFO This contract is for the manufacture of the State Police Vehicle
More informationI N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS
I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT
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 informationKANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION 2007
Sheet 1 of 7 KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION 2007 REQUIRED CONTRACT PROVISIONS KANSAS FUNDED CONSTRUCTION CONTRACTS I. GENERAL. 1. These contract
More informationINVITATION 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 informationINVITATION 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 informationPayment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.
Form Pur. 1 REQUEST FOR QUOTATION Bid No. 3355 Bid No. 3355 BIDS TO BE SUBMITTED TO: DEPARTMENT OF PURCHASES Issued: _5/8/2007 Date Submitted 27 WEST MAIN STREET, ROOM 401 NEW BRITAIN, CT 06051 Delivery:
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 informationENERGY EFFICIENCY CONTRACTOR AGREEMENT
ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State
More informationTHE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES
APPENDICES 53 Appendix 1-1 Agreement Form This Agreement made the...day of...20...between...of...hereinafter called the Employer and...of...hereinafter called the Contractor of the other part. Whereas
More informationBAY 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 informationREQUEST FOR QUOTATION
REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT Washington
More informationCity of Forest Park Request for Proposals. Secure Access Control Systems
City of Forest Park Request for Proposals Secure Access Control Systems Mandatory Pre-Proposal Conference March 9, 2016 at 10 am Bid Deadline March 25, 2016, at 2pm Purpose: The City of Forest Park is
More 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 informationAGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.
AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan
More information2013 MANUFACTURE, STORAGE, DELIVERY & ERECTION OF PRECAST REINFORCED CONCRETE BOX CULVERT FOR TO in SANDUSKY COUNTY, OHIO
2013 MANUFACTURE, STORAGE, DELIVERY & ERECTION OF PRECAST REINFORCED CONCRETE BOX CULVERT FOR TO 294 3.87 in SANDUSKY COUNTY, OHIO BIDS RECEIVED June 25, 2013 AT 10:30 AM ENGINEER S ESTIMATE: $105,000.00
More informationCounty of Gillespie. Bid Package for GRAVEL. Bid No November 2018
County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie
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 informationPROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY ADDENDUM #4
PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY 10007 10/4/2018 ADDENDUM #4 To prospective Bidder(s) on Bid # 54291 Inspection, Testing and Maintenance of the
More informationCITY 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 informationGeneral Contract Conditions for Small Construction/Development Contracts
General Contract Conditions for Small Construction/Development Contracts U.S. Department of Housing and Urban Development Office of Public and Indian Housing OMB Approval No. 2577-0157 (exp. 3/31/2020)
More informationGENERAL TERMS AND CONDITIONS
GENERAL TERMS AND CONDITIONS The following terms and conditions apply to all contracts or purchase agreements made with The College of New Jersey unless specifically deleted on this form. Vendors submitting
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 informationSANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP #
SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP # 02182019 TITLE: USING AGENCY: Steed Hall Greenhouse Renovations Sandhills Community College ISSUE DATE: February 18, 2019 ISSUING AGENCY: Sandhills
More informationResponsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]
Responsibility Statement and Questionnaire CITY OF NAPA PUBLIC WORKS DEPARTMENT NAPA, CALIFORNIA [DATE] Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the
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 informationW I T N E S S E T H:
GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"
More informationMailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)
Page 1 of 9 Bid #10-18 Sealed bids for purchase of a replacement Sound System for the South Portland High School Auditorium, for the City of South Portland, Maine, as specified below, in the Specifications
More informationSECTION 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 informationBROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone
BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust
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 PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651
REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,
More informationSTATEMENT OF WORK COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES BUREAU OF FORESTRY DEER FENCE DISMANTLING CONTRACT
STATEMENT OF WORK COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES BUREAU OF FORESTRY DEER FENCE DISMANTLING CONTRACT GROUP 2 (FOREST DISTRICTS 1, 2, 3, 4) 21 FENCES, ESTIMATED
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 informationNotice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.
KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at
More informationBERRIEN COUNTY ROAD DEPARTMENT
PROPOSAL AND SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 1 SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 38% It is the intent of the Berrien County Road Department to purchase all or part of its requirements
More informationBOROUGH 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 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 informationSubrecipients may obtain wage determinations from the U.S. Department of Labor s web site,
PREVAILING WAGES If the project is expected to exceed $50,000 in cost then the contractor will be required to conform with the Oregon Bureau of Labor and Industry requirement for wages and payroll submittals.
More informationCounty of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018
County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)
More informationAIA Document A101 TM 2007
AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month
More informationINVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas
INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid
More informationREQUEST FOR QUOTATION
REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT
More informationCore Technology Services Division PO Box Grand Forks, ND
Division PO Box 13597 Bid Number: CTSIFB-15-01 Date Issued: January 27, 2015 Bid Title: Google Search Appliance Procurement Officer: Jerry Rostad Deadline for Questions: February 3, 2015 Telephone: 701-239-6668
More informationPittsburgh, PA 15213
The Board of Public Education of the School District of Pittsburgh Administration Building, 341 South Bellefield Avenue Pittsburgh, PA 15213 Inquiry Number 8796 Sealed bids for material listed herein will
More informationFULLY EXECUTED Contract Number: Contract Effective Date: 01/06/2015 Valid From: 12/01/2014 To: 12/31/2099
FULLY EXECUTED Contract Number: 4400014093 Contract Effective Date: 01/06/2015 Valid From: 12/01/2014 To: 12/31/2099 Page 1 of 2 All using Agencies of the Commonwealth, Participating Political Subdivision,
More informationCounty of Gillespie. Bid Package for CONCRETE. Bid No November 2018
County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777
More informationWatershed Educational Campaign Project
Request for Proposal 40686 Watershed Educational Campaign Project For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis Avenue
More informationConstruction of the Leased Premises
Construction of the Leased Premises Pre-Construction Requirements Construction Start The Tenant is required to commence construction no later than fourteen days after receipt by the Tenant of approved
More informationCity 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 informationIf you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)
City of Forest Park Request for Proposals for the Forest Park Urban Redevelopment Agency (URA) Installation Ft. Gillem Forest Park, Georgia 30297 Mandatory Pre-Proposal Conference September 29, 2015 at
More informationMold Remediation and Clean Up of Central High School
GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone
More informationSend or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California
April 27, 2017 Subject: Request for Proposals Engineering Design Services and Construction Management for the Sewer Lining Project on Cypress, Essexfells, Vega, and Florentina. The City of Alhambra is
More informationINVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.
INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:
More informationWorkforce Management Consulting Services
Request for Proposal #40604 Workforce Management Consulting Services For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis
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 informationWINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT
INVITATION TO BID Contractor Services Associated with: WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN RESERVES
More informationCity of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,
City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline
More informationChicago Title Insurance Company
Chicago Title Insurance Company Instructions 1. The Owner and General Contractor are jointly and severally responsible for the complete and proper execution of this Waiver of Mechanics Lien and will be
More informationCOMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES SPECIFICATIONS. CORRUGATED CARTONS Invitation for Bid No
COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES SPECIFICATIONS CORRUGATED CARTONS Invitation for Bid No. 610043828 Page 1 of 6 CORRUGATED CARTONS Solicitation No. 6100043828 1. CONTRACT SCOPE/OVERVIEW:
More informationGENERAL INSTRUCTIONS TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS IB-1. CONTRACT DOCUMENTS. Table of Contents IB-2. QUALIFICATION OF BIDDERS. IB-3. INCONSISTENCIES. IB-4. INVESTIGATION BY BIDDERS. IB-4.1. Underground Utilities. IB-5. LEGAL
More informationCITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS
CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for
More informationPURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION
QUOTATION ACCEPTED ON FOB DELIVERED BASIS ONLY PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION PO BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS BID NUMBER
More informationSECTION IV CONTRACT BID NUMBER
SECTION IV CONTRACT BID NUMBER 171006 THIS AGREEMENT made and entered into this day of, 2017, between PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY (hereinafter called the "District") and, located at
More informationCity of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,
City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, 30297. Bid Deadline November 3, 2017, at 2pm Purpose: The City of
More informationSTATEMENT OF WORK I. SCOPE OF WORK
I. SCOPE OF WORK STATEMENT OF WORK Service for the Restoration, Installation, Construction and Rehabilitation of Historical Ornamental Gardens Ridley Creek State Park (Delaware County) The Department of
More informationProposal 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 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 informationPROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008
PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008 Procurements for FREDericksburg Regional Transit (FRED) are governed by the procurement policies and practices of the City of Fredericksburg
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 informationVIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION
VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION SPECIFICATIONS FOR DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST.THOMAS, UNITED STATES VIRGIN ISLANDS JUNE 2016 VIRGIN ISLANDS PORT AUTHORITY
More information