REQUEST FOR QUOTATION # 09-Q-SM-060 Lift and Cart Maintenance Services

Size: px
Start display at page:

Download "REQUEST FOR QUOTATION # 09-Q-SM-060 Lift and Cart Maintenance Services"

Transcription

1 REQUEST FOR QUOTATION # 09-Q-SM-060 Lift and Cart Maintenance Services COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: LIFT AND CART MAINTENANCE ISSUE DATE: August 28, 2009

2 August 28, 2009 RE: Request for Quotation (RFQ) 09-Q-SM-60 Dear Quoters: This is an invitation for you to submit a quotation to provide Lift and Cart Maintenance Services for the Washington Convention Center Authority (WCCA). WCCA is seeking to establish a Blanket Purchase Agreement for preventive maintenance, emergency repair and furnishing of spare parts for the various mobile equipment. A Blanket Purchase Agreement is an agreement under which a contractor or vendor agrees to provide goods and/or services to WCCA on a demand basis; the agreement generally establishes prices, terms, conditions, and the period covered. Your quotation shall be in accordance with the attached Statement of Work. Attached for your consideration is the draft format for the Blanket Purchase Agreement. Your Bid should reflect the labor categories and rates necessary to accomplish the tasks listed in the Statement of Work (SOW) and all Other Direct Costs (ODCs) if applicable shall be shown for the specified period of performance. The quote must be signed by an official authorized to bind your company and must state that the terms of the quote are valid for a period of ninety (90) days from date of quote. Your quote, including an original and 3 copies, shall be submitted via hand delivery, or disk no later than 12 noon EST, September 11, Quotations are to be submitted to: Washington Convention Center Authority Attn: Sean K. Mitchell Contracts Specialist 801 Mount Vernon Place, NW Washington, DC Hours of operation for this office are 8:30 am to 5:30 pm, Monday thru Friday (excluding holidays). Should you have any questions, please contact me at (202) or Smitchell@dcconvention.com. Sincerely, Sean K. Mitchell Contracts Specialist RFQ #09-Q-SM-060 2

3 REQUEST FOR QUOTATION (RFQ) #09-Q-SM-060 Lift and Cart Maintenance Services Quote Form A. SCOPE OF REQUIREMENT The Contractor shall provide spare parts and perform all preventive maintenance and emergency repairs to the mobile equipment identified herein. Routine services and repairs shall be performed during normal business hours of operation 8:00 am to 5:00 pm. Emergency services and repairs shall be performed as required 24 hours per day, 7 days per week including holidays. The Contractor shall provide all labor, materials, tools, equipment and transportation necessary to perform all required services and repairs as indentified herein. The initial award will be from the Date of Award and ending September 30, 2010 with (4) four (1) one-year renewal options according to the terms and conditions and scope of work stated herein. B.1 Bid Format B. PRICE SCHEDULE/BID FORMAT B.1.1 Bidders shall submit an estimate of fees based on a Fixed Hourly per Labor Category and a list of cost reimbursable materials, supplies and/or equipment that is anticipated to be used on the job. Bidders shall also submit Labor rates utilizing their DC Supply or General Services Schedule Contract, if applicable. B.1.2 Bidders that propose to provide supplies, materials, equipment and/or services shall submit an estimate of fixed unit rates on Attachment A. B.1.3 For payment purposes, regular working hours shall be 8:30 am to 5:30 pm Monday through Friday, excluding District Government Holidays. When services are requested during this specified period, WCCA shall be charged straight-time labor rates. B.2 Supporting Cost Data B.2.1 The pricing in the Base Year shall not be adjusted after execution of the Contract, except by written Modification due to reasonably unforeseeable circumstances. In estimating cost in bid preparation, Bidder shall anticipate increases in costs of labor and materials, taxes and fees. B.2.2 Indirect Costs: The Bidder shall indicate its proposed Fringe, Overhead and Administrative rates for each applicable fiscal year (as appropriate). The Bidder shall provide its actual indirect rates for overhead, G & A and fringe benefits for at least the past three (3) years and shall explain the basis for any significant rate difference between the prior three (3) year period and the rates proposed at this time. B.2.3 Other Direct Costs: Other direct costs consist of materials, travel, reproduction, postage, telephone and supplies for the prime and all subcontracted effort. This includes all other direct costs associated with performance of the contract. B The Bidder shall identify types, quantities and costs of all materials and supplies proposed including a non-loaded price listing of individual materials or supplies orders, or a consolidated and priced bill of materials for the entire proposal. A thoroughly documented bill of materials includes part numbers, description, unit cost, quantity required, extended cost (including delivery charges) and basis for the proposed cost (price quotation, prior buy, signed purchase orders, etc.) plus any other non-recurring costs. Deliverable materials are items delivered as a part of the work product. RFQ #09-Q-SM-060 3

4 Examples of this are copies and binders delivered to WCCA as a report or software ordered for and installed on a computer in a WCCA office. B.2.4 The Bidder shall use a separate table to Exhibit its total costs by prime and subcontractor(s). A separate table should be completed for each year (base and optional years). (See Attachment A). C.1 Background C. REQUIREMENTS/SPECIFICATIONS C.1.1. No Mandatory Site Visit is scheduled for participation of this Bid. C.1.2 C.1.3 C.1.4 WCCA was established in 1994 as an independent authority of the District of Columbia (District) pursuant to D.C. Code, Section et seq., as amended (the Enabling Act ). WCCA is a corporate body that has legal existence distinct and separate from the District. The Washington Convention Center was completed in March It is a 2.3 million square foot, $850 million dollar facility that hosted over 185 events in 2008, welcoming over 1,076,572 attendees who spent $348 million throughout Washington, DC. It is the largest public works project ever undertaken in the District of Columbia and has received both the American Institute of Architects (AIA) 2006 Honors Award for Architecture and the Urban Land Institute (ULI) 2006 Award for Excellence. WCCA is soliciting bids from factory authorized contractors to provide spare parts and perform preventive maintenance and emergency repairs to the mobile equipment identified herein. C.2 Statement of Work C.2.1 The Contractor shall furnish all supervision, labor, materials, equipment, supplies and transportation required to perform the requested services. The Contractor shall be factory authorized to maintain and repair the following types of equipment: Genie Lifts JLG Lifts Taylor Dunn Service Carts Electric Service Carts Battery Powered Scissor Lifts Propane Powered Snorkel Lifts Electric Warehouse High Rise Fork Lifts Heavy Duty Propane Fork Lifts Electric Pallet Jacks ADA Wheel Chair Lifts 7 TD SS5-36, 3 wheel sit down carts 7 TD SC1-75, 3 wheel stand up carts 10 TD B2-48, 4 wheel carts 9 TD MX-600, Tool carts 1 EZ GO 9556E, golf cart 1 YALE MPE060-E, ride on pallet jack 1 YALE ESC040FAN, stand up fork lift 5 JLG CM1432, scissor lift RFQ #09-Q-SM-060 4

5 2 CROWN WP2335, pallet jack 3 YALE MPB040EN, pallet jack 3 GENIE GS1930, scissor lift 1 GENIE DPL35SDC, 2 man lift 1 GENIE PLI-24, 1 man lift 1 GENIE awp-36, 1 man lift C.2.2 C.2.3 C.2.4 C.2.5 The Contractor shall maintain and repair all equipment in accordance with WCCA s Mobile Cart Factory Warranty. The Contractor shall have the ability to certify WCCA employees as operators with group training classes for scissor, snorkel lifts and all mobile equipment specified herein. The Contractor shall supply and maintain a parts cabinet within the facility with an inventory list to be monitored by the COTR. The Contractor shall be able to furnish, maintain and install supply parts for all equipment identified in C.2.1 stated in the inventory list. The Contractor shall furnish and maintain in acceptable condition all tools and equipment necessary to perform all services required by the Contract. The Contractor is solely responsible for the quality and performance of all contractor-provided equipment used in performance of this Contract. A stock of commonly used parts shall be kept on-site at a located designated by WCCA for quick accessibility and installation to ensure minimum downtime. Minimum stock shall include but not be limited to: Two (2) sets of batteries Replacement battery chargers Foam filled tires and wheels for the various service carts, two (2) sets per service cart type Tail and head light assemblies for cards Ignition switch assembly for the propane powered snorkel and scissor lifts Copies of operator instruction manuals for each piece of equipment owned by WCCA Instruction manual holders to be installed on each lift C.2.6 C.2.7 C.2.8 C.2.9 WCCA shall provide a location to perform all necessary preventive maintenance and repair requirements. Loss or damage to WCCA s property shall be reported to the COTR by the Contractor no later than 24 hours after it has been discovered by the Contractor. The Contractor shall be responsible for maintaining detailed records (service tickets) for all inspections to include the results and action taken. A copy of the report shall be submitted to the COTR upon completion of services performed to include any recommendations. All services performed by the Contractor shall be performed in a manner consistent with the standard of care applicable to Contractors experienced in, and familiar with, providing similar services for projects that are of the type, scope and complexity of the project. The Contractor s authority to act on behalf of WCCA is limited to the scope of the Contractor s authority set forth in this Section. Notwithstanding anything else stated in this Section or any Contract Documents, and without limitation, the Contractor does not have any express or implied authority to obligate WCCA to any expenditure of funds or extension of contractual time periods under any agreement between WCCA and the Contractor, or any separate contractor, consultant or other third person or entity. RFQ #09-Q-SM-060 5

6 C.2.10 All work performed by the Contractor shall comply with all laws, statutes, ordinances, codes, rules, regulations, lawful orders and the requirements of any public authorities which apply to, or bear upon, the Contractor s services. C.3 General Requirements C.3.1 The Contractor shall be a factory authorized contractor capable of providing spare parts for all equipment identified herein and perform preventative maintenance and emergency repairs. Specific equipment includes the following: a) Pallet Jacks Make and Quantity: Crown pallet jacks - 2 Models: WP2335 Make and Quantity: Yale pallet jacks - 2 Model: MPB040 (5); MPE060 (1) Lifts Quantity: 18 Models: GLP080lJN (1); ESC040FAN (1); DPL355DC (1); GLO60TGN (1); CM1432 (3); 40ELE (1); CM2003 (1); AWP-36 (1); ALP30AC (1); CM1732 (1); 20MSP (1); GS1930 (2); GS3232 (1); PLI-24 (1); and TV-25-AC (1) Make: Yale Forklift; Genie Scissor Lift; Genie Man Lift; and JLG Scissor Lift b) Carts Quantity: 39 Models: MX-600 (6); B2-48 (13); SS5-36 (8); MX Wheel (3); SCI-75-Stand-Up (7); R Wheel (1); EZ GO 956E (1) Make: Taylor Dunn C.3.2 The Contractor shall perform preventative maintenance services to include but not be limited to quarterly (every 90 days) inspections. The inspections shall include at a minimum the following 1. Driving functions 2. Check machine speed 3. Check steering function 4. Check lift and lower function 5. Check hydraulic fluid level 6. Check battery fluid level and fill as needed 7. Clean all battery posts and electrical components 8. Load test batteries 9. Inspect control boxes 10. Change engine oil 11. Replace engine oil filters 12. Lubricate all grease points 13. Check guard rails 14. Check safety chains 15. Check casters 16. Check outriggers 17. Check tires 18. Check signs and decals 19. Visually inspect structural integrity 20. Check all emergency functions RFQ #09-Q-SM-060 6

7 C.3.3 C.3.4 If the Contractor shall repair and/or replace any and all parts determined to be damaged, as necessary. The Contractor shall after each inspection and maintenance submit an on-site report to the COTR. C.3.5 The Contractor shall respond to emergency service requests within two (2) hours after notification by the COTR. Emergency services shall be provided twenty-four (24) hours a day, seven (7) days a week, including holidays. C.3.6 The Contractor shall provide all labor, materials, tools, equipment and transportation necessary to perform all required services and repairs. C.3.7 The Contractor shall provide all services and repairs in compliance with manufacturers standards and shall comply with all other laws, statutes, ordinances, codes, rules, regulations, and the requirements of any public authorities which apply to, or bear upon, the Contractor s services. Coordination and cooperation with the WCCA s staff, event staff and security is expected from the Contract, Representatives of the WCCA, Contractor and any subcontractors shall meet periodically at mutually agreed upon intervals for the purpose of establishing procedures to facilitate cooperation, communication and timely responses among the participants. C.3.8 C.3.9 The Contractor shall remove all waste materials and other debris upon completion of the requested services. No disposal shall be permitted on the surrounding areas of the facility. All hauling and disposal shall be in accordance with Federal, State and Local regulations. The Contractor shall commence performance of services on the date agreed to by the Contractor and WCCA. C.3.10 The Contractor agrees to render preventive maintenance and repair services during normal working hours, unless otherwise agreed to by the Contractor and WCCA. The Contractor further agrees to respond to emergency repairs within a two (2) hour period. C.3.11 WCCA shall provide the criteria for satisfactory completion for each task in the State of Work. All services shall be completed in a professional and workmanlike manner. C.4 Special Conditions C.4.1 The Contractor s personnel will be issued an identification badge, which must be displayed on his or her person until leaves the premises. If the identification badge is lost, the Contractor shall be charged a lost badge fee of five dollars ($5.00). C.5 Inspection C.5.1 All work performed under this contract shall be inspected to insure that performance is in compliance with the agreed upon performance standards. The Contractor shall be required to reperform work as determined by the COTR, or the designated WCCA representative, or the Quality Assurance Manager not to be in full compliance with these performance standards. C.6 Scheduling of Work C.6.1 The Contractor shall be required to (a) commence work under this Agreement within five (5) calendar days after the date of award; and (b) prosecute the work diligently. RFQ #09-Q-SM-060 7

8 C.6.2 C.6.3 C.6.4 C.6.5 C.6.6 The Contractor shall provide the name(s), telephone number, cellular phone number, facsimile number, address and office address of the Supervisor(s) within five days after award of the Contract. The Contractor shall provide a work schedule that includes, but is not limited to the starting date of work, reporting hours, and delivery of spare parts, test date of mobile equipment, completion date and date of final review of operability of the equipment within five (5) days after award of the Contract. The Contractor shall provide the level of supervision to ensure that work is performed in a satisfactory manner. Should the Contractor fail to provide Services pursuant to the schedule or a written modification in any month of the contract year, the Contractor shall be liable for the cost to WCCA to acquire substitute services of a similar quality. In addition, the Contractor shall be liable for the difference of the cost of the substituted services and the fees that would otherwise have been due to the Contractor under the fee schedule. WCCA reserves the right to cancel any scheduled Services. A written notice of cancellation shall be given to the Contractor within a minimum of twenty-four (24) hours prior to the scheduled service or four (4) hours prior to delivery of supplies at no cost to WCCA. D. DELIVERABLES & PERFORMANCE D.1 Deliverables D.1.1 The Contractor shall provide service tickets of all work performed to include findings and action taken. A copy of the report shall be submitted to the COTR upon completion of services performed to include any recommendations D.1.2 Deliverables shall be delivered to or if directed, mailed to the COTR. Each Report shall include all Contractor and subcontractor personnel on the project site, all work performed, equipment used, tests performed, and all general activities for the project. The Contractor shall provide two (2) copies of the Deliverables to the COTR. D.1.3 Reports shall be numbered, dated and signed by the Contractor or the associated Project Manager. The Deliverables shall list the Order Number versus the Contract Number. Failure to submit the reports could result in payment being withheld until such time as all reports are current. D.2 Performance D.2.1 WCCA desires to obtain complete and satisfactory performance in accordance with the specifications and requirements of the Agreement. To this end, WCCA is contracting for the complete performance of services identified in the Statement of Work. WCCA reserves the right to assess deductions for non-performance or to charge Contractor for the difference in cost for substitute services. WCCA shall consider inadequate performance to be as undesirable as non-performance, as the cost of correcting inadequate performance may equal or exceed the cost of initial performance. RFQ #09-Q-SM-060 8

9 D.2.2 The cost proposal for each service proposed shall be used to calculate deductions. The cost of each service shall be deducted for each itemized component of the area as listed in Section C for non-performance, or for unsatisfactory and incomplete performance. D.2.3 If at any time WCCA finds that the key individual(s) of the Contract is unsatisfactory for the performance of the Services, and such causes and reasons for such belief are reasonable and reported in writing to the Contract by WCCA, the Contractor shall, within ten (10) days, replace such key individual with an individual who is reasonable satisfactory to WCCA. WCCA may at its sole discretion extend the period to correct by written notification to the Contractor. If, at any time, the key individual(s) desires to leave his/her employment, the replacement key individual(s) must be approved in writing by WCCA and the individual(s) shall have a compatible background to ensure that the replacement is prepared and competent to assume the remaining responsibilities. D.3 Term of Contract D.3.1 The base term of the BPA shall be for a period date of award through September 30, D.3.2 WCCA may extend the term of this contract for a period of four (4) one year option periods, or successive fractions thereof, by written modification to the Contractor before the expiration of the contract; provided that WCCA will give the Contractor a preliminary written notice of its intent to extend at least thirty (3) days before the contract expires. The preliminary notice does not commit WCCA to an extension. The exercise of this option is subject to the availability of funds for each Fiscal Year. The Contractor may waive the thirty (30) day preliminary notice requirement by providing a written waiver to the Contracting Office prior to expiration of the Contract. D.3.3 The price for each optional period shall be as specified in the Contract. E.1 Technical E. Quotation Response E.1.1 The Contractor shall provide the name of the Supervisor(s) and any other individuals who will be performing work hereunder this Contract. E.1.2 The Contractor shall provide resumes detailing each individual s experience including their technical qualifications in providing services requested herein. E.1.3 The Contractor shall provide its most recent Quality Assurance Program E.1.3 The Contractor shall provide a minimum of three (3) references for similar electrical services within the past five (5) years. F.1 Selection Criteria F. Evaluation of Responses RFQ #09-Q-SM-060 9

10 F.1.1 WCCA shall make award based on the Contractor s response which conforms to the solicitation and is most advantageous to WCCA, when cost or price and technical criteria as listed in Section F.2 are considered. F.2 Technical Criteria F.2.1 The technical criteria to be considered are listed below in descending order based on importance: a. Submission of all information required in the scope of services. b. Experience of Bidder. c. References. G. Terms and Conditions G.1 Insurance Requirement G.1.1 Commercial General Liability Insurance The Contractor shall secure and maintain during the Contract period Commercial General Liability insurance with limits of not less than one million dollars ($1,000,000) per occurrence and in the aggregate. The Commercial General Liability coverage must be extended to include owners, employees and contractors protective liability. The coverage should also include all premises and product operations, personal and advertising injury and contractual liability. G.1.2 Worker s Compensation Insurance The Contractor shall secure and maintain during the Contract period all Worker s Compensation insurance required by the District of Columbia law for all employees, and its employees involved in the Contract, without exclusion of any class of employee. G.1.3 Upon execution of this Contract, the Contractor shall provide Certificates of Insurance to WCCA for review and approval. All insurance policies and Certificates described herein shall state that WCCA, its Board of Directors, employees and officers, are named as additional insureds. G.1.4 Notice The Contractor shall immediately report in writing to the WCCA s Director of Contracts and Procurement any incident which might reasonably be expected to result in any claim under any of the coverage s mentioned herein. Contractor agrees to cooperate with WCCA in promptly releasing information as to the disposition of any claims, including a resume of claims experience relating to WCCA. G.2 Applicability of Standard Contract Provisions G.2.1 WCCA Standard Contract Provisions (SCP) dated May 2006 is incorporated by reference from this solicitation and any resulting contract. A copy of WCCA s SCP may be downloaded from WCCA s website at G.3 Incorporated Attachment RFQ #09-Q-SM

11 G.3.1 The W 9 Form located at current.aspx shall be completed with the offer. G.4 Local, Disadvantaged Businesses, Businesses Operating in an Enterprise Zone, or Resident Business Ownership G.4.1 Bidders submitting evidence that they are certified as small, local, disadvantaged, operating in an enterprise zone or having resident business ownership shall receive: (a) A three (3% percent reduction in the bid price or the addition of three (3) points on a 100-point scale for a small business enterprise (SBE) certified by the District of Columbia Small and Local Business Opportunity Commission (SLBOC) or the D.C. Department of Small and Local Business Development (DSLBD), as applicable. (b) A five (5%) percent reduction in the bid price or the addition of three (3) points on a 100-point scale for a resident-owned business (ROB) certified by the SLBOC or the DSLBD, as applicable. (c) A ten (10%) percent reduction in the bid price or the addition of ten (10) points on a 100-point scale for a longtime resident business (LRB) certified by the SKBOC or the DSLBD, as applicable. (d) A two (2%) percent reduction in the bid price or the addition of two (2) points on a 100- point scale for a local business enterprise (LBE) certified by the SLBOC or the DSLBD, as applicable. (e) A two (2%) percent reduction in the bid price or the addition of two (2) points on a 100- point scale for a local business enterprise with its principal office located in an enterprise zone and certified by the SLBOC or the DSLBD, as applicable. (f) A two (2%) percent reduction in the bid price or the addition of two points on a 100- point scale for a disadvantaged business enterprise (DBE) certified by the SLBOC or the DSLBD, as applicable. (g) Bidders may qualify for more than one of these categories, so that the maximum number of points available under this section is twelve (12) points. H. Instructions H.1 Hand Delivery, Mailing or Faxing Quotations H.1.1 Deliver via mail or fax quotations and/or any request for clarifications or questions regarding this inquiry to: Mr. Sean K. Mitchell Contract Specialist Washington Convention Center Authority 801 Mount Vernon Place, NW Washington, DC Phone: (202) RFQ #09-Q-SM

12 Fax: (202) H.2 Submission Date and Time H.2.1 Quotations must be submitted no later than 12:00 Noon, EST, September11, RFQ #09-Q-SM

13 ATTACHMENT (A) COST AND PRICING SUMMARY The Bidder shall submit a quote that meets the requirement for all Contract Line Item Numbers (CLINs). The CLINs below shall reflect firm-fixed prices for the work to be performed. Each CLIN price shall be based on estimated labor hours with proposed fixed labor rate for each phase of work. This supporting information shall be provided. The Preventative Maintenance (PM) shall also be identified as a line item as seem below on the quote form. The other direct costs (ODCs) shall be estimated as a lump sum, not to exceed amount, with supporting details identifying items and corresponding costs anticipated for each phase of the work. Progress payments shall be made against the ODC CLINS on a cost reimbursable basis and in no case shall exceed the proposed amount. Indirect costs, G&A, profit/fee will not be allowed as separate items. These items are included in the CLINs (labor rates) for each phase of work. COST SUMMARY Prime Contractor Base Year (Date of Award September 30, 2010) Identify by number, and attach Contractor s District of Columbia Supply Schedule (DCSS). LABOR CATEGORY Non-Overtime UNLOADED FRINGE OVERHEAD G&A FEE- PROFIT OTHER DIRECT COST LOADED * Overtime Overtime: % percent increase over regular rate. Mileage reimbursement rate: per mile. RFQ #09-Q-SM

14 QUOTE FORM Price/Costs Contract Line Item Nos. (CLIN) Description Qty Unit Unit Price 001 TBD Each 002 TBD Each 003 TBD Each 004 (PM) Preventative Maintenance 005 Grand Total Total This requirement for delivery of services is needed to begin with one week of signing the agreement. Discount offered: (%) percent a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: OTHER DIRECT COSTS Equipment & Supplies Materials Travel Other Quotes are valid for a period of thirty (30) days from date of quote RFQ #09-Q-SM

15 Parts, Supplies and/or Equipment (Attach itemized stock listing including descriptions and quantities or catalog). Material shall be reimbursed at cost, plus a reasonable materials handling charge when supplying parts, supplies and/or equipment. Materials Markup: (%) percent RFQ #09-Q-SM

16 COST SUMMARY Subcontractors Base Year (Date of Award September 30, 2010) Identify by number, and attach Contractor s District of Columbia Supply Schedule (DCSS). LABOR CATEGORY Non-Overtime UNLOADED FRINGE OVERHEAD G&A FEE- PROFIT OTHER DIRECT COST LOADED * Overtime Overtime: % percent increase over regular rate. Mileage reimbursement rate: per mile. QUOTE FORM Price/Costs Contract Line Item Nos. (CLIN) Description Qty Unit Unit Price 001 TBD Each 002 TBD Each 003 TBD Each 004 (PM) Preventative Maintenance 005 Grand Total Total RFQ #09-Q-SM

17 This requirement for delivery of services is needed to begin with one week of signing the agreement. Discount offered: (%) percent a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: Quotes are valid for a period of thirty (30) days from date of quote OTHER DIRECT COSTS Equipment & Supplies Materials Travel Other Parts, Supplies and/or Equipment (Attach itemized stock listing including descriptions and quantities or catalog). Material shall be reimbursed at cost, plus a reasonable materials handling charge when supplying parts, supplies and/or equipment. Materials Markup: (%) percent RFQ #09-Q-SM

18 COST SUMMARY Prime Contractor Option Year 1 (October 1, 2011 September 30, 2012) Identify by number, and attach Contractor s District of Columbia Supply Schedule (DCSS). LABOR CATEGORY Non-Overtime UNLOADED FRINGE OVERHEAD G&A FEE- PROFIT OTHER DIRECT COST LOADED * Overtime Overtime: % percent increase over regular rate. Mileage reimbursement rate: per mile. QUOTE FORM Price/Costs Contract Line Item Nos. (CLIN) Description Qty Unit Unit Price 001 TBD Each 002 TBD Each 003 TBD Each 004 (PM) Preventative Maintenance 005 Grand Total Total RFQ #09-Q-SM

19 This requirement for delivery of services is needed to begin with one week of signing the agreement. Discount offered: (%) percent a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: Quotes are valid for a period of thirty (30) days from date of quote OTHER DIRECT COSTS Equipment & Supplies Materials Travel Other Parts, Supplies and/or Equipment (Attach itemized stock listing including descriptions and quantities or catalog). Material shall be reimbursed at cost, plus a reasonable materials handling charge when supplying parts, supplies and/or equipment. Materials Markup: (%) percent RFQ #09-Q-SM

20 COST SUMMARY Subcontractors Option Year 1 (October 1, 2011 September 30, 2012) Identify by number, and attach Contractor s District of Columbia Supply Schedule (DCSS). LABOR CATEGORY Non-Overtime UNLOADED FRINGE OVERHEAD G&A FEE- PROFIT OTHER DIRECT COST LOADED * Overtime Overtime: % percent increase over regular rate. Mileage reimbursement rate: per mile. QUOTE FORM Price/Costs Contract Line Item Nos. (CLIN) Description Qty Unit Unit Price 001 TBD Each 002 TBD Each 003 TBD Each 004 (PM) Preventative Maintenance 005 Grand Total Total RFQ #09-Q-SM

21 This requirement for delivery of services is needed to begin with one week of signing the agreement. Discount offered: (%) percent a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: Quotes are valid for a period of thirty (30) days from date of quote RFQ #09-Q-SM

22 COST SUMMARY Prime Contractor Option Year 2 (October 1, 2012 September 30, 2013) Identify by number, and attach Contractor s District of Columbia Supply Schedule (DCSS). LABOR CATEGORY Non-Overtime UNLOADED FRINGE OVERHEAD G&A FEE- PROFIT OTHER DIRECT COST LOADED * Overtime Overtime: % percent increase over regular rate. Mileage reimbursement rate: per mile. QUOTE FORM Price/Costs Contract Line Item Nos. (CLIN) Description Qty Unit Unit Price 001 TBD Each 002 TBD Each 003 TBD Each 004 (PM) Preventative Maintenance 005 Grand Total Total RFQ #09-Q-SM

23 This requirement for delivery of services is needed to begin with one week of signing the agreement. Discount offered: (%) percent a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: Quotes are valid for a period of thirty (30) days from date of quote OTHER DIRECT COSTS Equipment & Supplies Materials Travel Other Parts, Supplies and/or Equipment (Attach itemized stock listing including descriptions and quantities or catalog). Material shall be reimbursed at cost, plus a reasonable materials handling charge when supplying parts, supplies and/or equipment. Materials Markup: (%) percent RFQ #09-Q-SM

24 COST SUMMARY Subcontractor Option Year 2 (October 1, September 30, 2013) Identify by number, and attach Contractor s District of Columbia Supply Schedule (DCSS). LABOR CATEGORY Non-Overtime UNLOADED FRINGE OVERHEAD G&A FEE- PROFIT OTHER DIRECT COST LOADED * Overtime Overtime: % percent increase over regular rate. Mileage reimbursement rate: per mile. QUOTE FORM Price/Costs Contract Line Item Nos. (CLIN) Description Qty Unit Unit Price 001 TBD Each 002 TBD Each 003 TBD Each 004 (PM) Preventative Maintenance 005 Grand Total Total RFQ #09-Q-SM

25 This requirement for delivery of services is needed to begin with one week of signing the agreement. Discount offered: (%) percent a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: Quotes are valid for a period of thirty (30) days from date of quote OTHER DIRECT COSTS Equipment & Supplies Materials Travel Other Parts, Supplies and/or Equipment (Attach itemized stock listing including descriptions and quantities or catalog). Material shall be reimbursed at cost, plus a reasonable materials handling charge when supplying parts, supplies and/or equipment. Materials Markup: (%) percent RFQ #09-Q-SM

26 COST SUMMARY Prime Contractor Option Year 3 (October 1, 2013 September 30, 2014) Identify by number, and attach Contractor s District of Columbia Supply Schedule (DCSS). LABOR CATEGORY Non-Overtime UNLOADED FRINGE OVERHEAD G&A FEE- PROFIT OTHER DIRECT COST LOADED * Overtime Overtime: % percent increase over regular rate. Mileage reimbursement rate: per mile. QUOTE FORM Price/Costs Contract Line Item Nos. (CLIN) Description Qty Unit Unit Price 001 TBD Each 002 TBD Each 003 TBD Each 004 (PM) Preventative Maintenance 005 Grand Total Total RFQ #09-Q-SM

27 This requirement for delivery of services is needed to begin with one week of signing the agreement. Discount offered: (%) percent a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: Quotes are valid for a period of thirty (30) days from date of quote OTHER DIRECT COSTS Equipment & Supplies Materials Travel Other Parts, Supplies and/or Equipment (Attach itemized stock listing including descriptions and quantities or catalog). Material shall be reimbursed at cost, plus a reasonable materials handling charge when supplying parts, supplies and/or equipment. Materials Markup: (%) percent RFQ #09-Q-SM

28 COST SUMMARY Subcontractor Option Year 3 (October 1, 2013 September 30, 2014) Identify by number, and attach Contractor s District of Columbia Supply Schedule (DCSS). LABOR CATEGORY Non-Overtime UNLOADED FRINGE OVERHEAD G&A FEE- PROFIT OTHER DIRECT COST LOADED * Overtime Overtime: % percent increase over regular rate. Mileage reimbursement rate: per mile. QUOTE FORM Price/Costs Contract Line Item Nos. (CLIN) Description Qty Unit Unit Price 001 TBD Each 002 TBD Each 003 TBD Each 004 (PM) Preventative Maintenance 005 Grand Total Total RFQ #09-Q-SM

29 This requirement for delivery of services is needed to begin with one week of signing the agreement. Discount offered: (%) percent a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: Quotes are valid for a period of thirty (30) days from date of quote OTHER DIRECT COSTS Equipment & Supplies Materials Travel Other Parts, Supplies and/or Equipment (Attach itemized stock listing including descriptions and quantities or catalog). Material shall be reimbursed at cost, plus a reasonable materials handling charge when supplying parts, supplies and/or equipment. Materials Markup: (%) percent RFQ #09-Q-SM

30 COST SUMMARY Prime Contractor Option Year 4 (October 1, 2014 September 30, 2015) Identify by number, and attach Contractor s District of Columbia Supply Schedule (DCSS). LABOR CATEGORY Non-Overtime UNLOADED FRINGE OVERHEAD G&A FEE- PROFIT OTHER DIRECT COST LOADED * Overtime Overtime: % percent increase over regular rate. Mileage reimbursement rate: per mile. QUOTE FORM Price/Costs Contract Line Item Nos. (CLIN) Description Qty Unit Unit Price 001 TBD Each 002 TBD Each 003 TBD Each 004 (PM) Preventative Maintenance 005 Grand Total Total RFQ #09-Q-SM

31 This requirement for delivery of services is needed to begin with one week of signing the agreement. Discount offered: (%) percent a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: Quotes are valid for a period of thirty (30) days from date of quote RFQ #09-Q-SM

32 OTHER DIRECT COSTS Equipment & Supplies Materials Travel Other Parts, Supplies and/or Equipment (Attach itemized stock listing including descriptions and quantities or catalog). Material shall be reimbursed at cost, plus a reasonable materials handling charge when supplying parts, supplies and/or equipment. Materials Markup: (%) percent RFQ #09-Q-SM

33 COST SUMMARY Subcontractors Option Year 4 (October 1, 2015 September 30, 2016) Identify by number, and attach Contractor s District of Columbia Supply Schedule (DCSS). LABOR CATEGORY Non-Overtime UNLOADED FRINGE OVERHEAD G&A FEE- PROFIT OTHER DIRECT COST LOADED * Overtime Overtime: % percent increase over regular rate. Mileage reimbursement rate: per mile. QUOTE FORM Price/Costs Contract Line Item Nos. (CLIN) Description Qty Unit Unit Price 001 TBD Each 002 TBD Each 003 TBD Each 004 (PM) Preventative Maintenance 005 Grand Total Total RFQ #09-Q-SM

34 This requirement for delivery of services is needed to begin with one week of signing the agreement. Discount offered: (%) percent a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: OTHER DIRECT COSTS Equipment & Supplies Materials Travel Other Quotes are valid for a period of thirty (30) days from date of quote Parts, Supplies and/or Equipment (Attach itemized stock listing including descriptions and quantities or catalog). Material shall be reimbursed at cost, plus a reasonable materials handling charge when supplying parts, supplies and/or equipment. Materials Markup: (%) percent RFQ #09-Q-SM

REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.:

REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: August 20, 2007 RE: Request for Quotation (RFQ) 07-Q-JS-106

More information

REQUEST FOR QUOTATION # 08-RFQ/BPA-BF-036 Blanket Purchase Agreement (BPA) for Architectural Services TITLE:

REQUEST FOR QUOTATION # 08-RFQ/BPA-BF-036 Blanket Purchase Agreement (BPA) for Architectural Services TITLE: REQUEST FOR QUOTATION # 08-RFQ/BPA-BF-036 Blanket Purchase Agreement (BPA) for COMPANY NAME: ADDRESS: TELEPHONE NO.: E-MAIL: SIGNATURE: TITLE: DATE: June 2, 2008 RE: Request for Quotation (RFQ) #08-Q-BF-036

More information

REQUEST FOR QUOTATION RFQ # 09-Q-LP-031 Blanket Purchase Agreement (BPA) for Copywriter and Editing Services COMPANY NAME: ADDRESS: PHONE NO.

REQUEST FOR QUOTATION RFQ # 09-Q-LP-031 Blanket Purchase Agreement (BPA) for Copywriter and Editing Services COMPANY NAME: ADDRESS: PHONE NO. REQUEST FOR QUOTATION RFQ # 09-Q-LP-031 Blanket Purchase Agreement (BPA) for COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: ISSUE DATE: July 17, 2009 July 17, 2009 RE: Request for Quotation

More information

REQUEST FOR QUOTATION # 09-Q-LP-034 Blanket Purchase Agreement (BPA) for Propane Gas Delivery and Pick-up COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.

REQUEST FOR QUOTATION # 09-Q-LP-034 Blanket Purchase Agreement (BPA) for Propane Gas Delivery and Pick-up COMPANY NAME: ADDRESS: PHONE NO.: FAX NO. REQUEST FOR QUOTATION # 09-Q-LP-034 Blanket Purchase Agreement (BPA) for Propane Gas Delivery and Pick-up COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE ISSUED: June 4, 2009 SUBMITTAL

More information

REQUEST FOR QUOTATION (RFQ)- #09-Q-LP-047 Installation of Lenel Card Readers for Mechanical Rooms

REQUEST FOR QUOTATION (RFQ)- #09-Q-LP-047 Installation of Lenel Card Readers for Mechanical Rooms REQUEST FOR QUOTATION (RFQ)- #09-Q-LP-047 for Mechanical Rooms COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: ISSUE DATE: JULY 23 TITLE: DATE: July 23, 2009 RE: Request for Quotation (RFQ) # 09-Q-LP-047-

More information

REQUEST FOR QUOTATION (RFQ) # 07-Q-AS-119 Blanket Purchase Agreement (BPA) for Motorola Radios and Accessories

REQUEST FOR QUOTATION (RFQ) # 07-Q-AS-119 Blanket Purchase Agreement (BPA) for Motorola Radios and Accessories REQUEST FOR QUOTATION (RFQ) # 07-Q-AS-119 Blanket Purchase Agreement (BPA) for Motorola Radios and Accessories COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: RFQ #07-Q-AS-119 1 August

More information

REQUEST FOR QUOTATION # 09-Q-SM-052 UNIFORMS FOR PUBLIC SAFETY DIVISION ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: SUBMITTAL DATE:

REQUEST FOR QUOTATION # 09-Q-SM-052 UNIFORMS FOR PUBLIC SAFETY DIVISION ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: SUBMITTAL DATE: REQUEST FOR QUOTATION # 09-Q-SM-052 UNIFORMS FOR PUBLIC SAFETY DIVISION COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE ISSUED: August 10, 2009 SUBMITTAL DATE: 1 August 10, 2009 RE: Request

More information

REQUEST FOR QUOTATION RFQ# 07-Q-WT-123 Courier Services ADDRESS: PHONE NO.:

REQUEST FOR QUOTATION RFQ# 07-Q-WT-123 Courier Services ADDRESS: PHONE NO.: REQUEST FOR QUOTATION RFQ# 07-Q-WT-123 Courier Services COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: RFQ #07-Q-WT-123 COURIER SERVICES 1 September 24, 2007 RE: Request for Quotation

More information

REQUEST FOR QUOTATION RFQ# 07-Q-JW-111 Employee Assistance Program COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE:

REQUEST FOR QUOTATION RFQ# 07-Q-JW-111 Employee Assistance Program COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: REQUEST FOR QUOTATION RFQ# 07-Q-JW-111 Employee Assistance Program COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: September 11, 2007 RE: Price Quote (PQ) Dear Quoters: This is an invitation

More information

REQUEST FOR QUOTATION # 07-RFQ/BPA-BF-101 ELECTRICAL SUPPLIES AND EQUIPMENT

REQUEST FOR QUOTATION # 07-RFQ/BPA-BF-101 ELECTRICAL SUPPLIES AND EQUIPMENT REQUEST FOR QUOTATION # 07-RFQ/BPA-BF-101 ELECTRICAL SUPPLIES AND EQUIPMENT COMPANY NAME: ADDRESS: SIGNATURE: TITLE: DATE: Date: August 10, 2007 OFFICE OF CONTRACTS AND PROCUREMENT To: Subject: All Quoters

More information

June 14, Request for Quotation (RFQ) # 10-Q-BF-030. Maintenance and/or Repair of Glass Doors. Dear Offerors:

June 14, Request for Quotation (RFQ) # 10-Q-BF-030. Maintenance and/or Repair of Glass Doors. Dear Offerors: June 14, 2010 RE: Request for Quotation (RFQ) # 10-Q-BF-030 Dear Offerors: This is an invitation for you to submit a quotation to provide services related to the on behalf of the Washington Convention

More information

REQUEST FOR QUOTATION RFQ # 10-Q-LP-001 Blanket Purchase Agreement (BPA) for Printing Services COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.

REQUEST FOR QUOTATION RFQ # 10-Q-LP-001 Blanket Purchase Agreement (BPA) for Printing Services COMPANY NAME: ADDRESS: PHONE NO.: FAX NO. REQUEST FOR QUOTATION RFQ # 10-Q-LP-001 Blanket Purchase Agreement (BPA) for COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: ISSUED DATE: September 30, 2009 1 September 30, 2009 RE:

More information

REQUEST FOR QUOTATION # 08-BPA-JW-024 Blanket Purchase Agreement (BPA) to Install & Furnish Pelco, Optelecom, Lenel and Additional Spare Parts

REQUEST FOR QUOTATION # 08-BPA-JW-024 Blanket Purchase Agreement (BPA) to Install & Furnish Pelco, Optelecom, Lenel and Additional Spare Parts REQUEST FOR QUOTATION # 08-BPA-JW-024 Blanket Purchase Agreement (BPA) to Lenel and Additional Spare Parts TUESDAY, FEBRUARY 5, 2008 COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: February

More information

INSTRUCTIONS TO BIDDERS

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

More information

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES The Fayette County School District (FCSD) desires to retain the services of a professional Construction

More information

REQUEST FOR QUOTATION RFQ# 07-Q-JS-106 Turnkey A/V system with 3 integrated LCD displays and Desktop computers COMPANY NAME: ADDRESS: PHONE NO.

REQUEST FOR QUOTATION RFQ# 07-Q-JS-106 Turnkey A/V system with 3 integrated LCD displays and Desktop computers COMPANY NAME: ADDRESS: PHONE NO. REQUEST FOR QUOTATION RFQ# 07-Q-JS-106 Turnkey A/V system with 3 integrated COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: August 7, 2007 RE: Request for Quotation (RFQ) 07-Q-JS-106

More information

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor) OREGON STATE UNIVERSITY CM/GC CONTRACT (Construction Manager/General Contractor) THE CONTRACT IS BETWEEN: OWNER: Oregon State University And CONSTRUCTION MANAGER/ GENERAL CONTRACTOR (referred to as Contractor

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR By and Between WILLIAM S. HART UNION HIGH SCHOOL DISTRICT And Dated as of TABLE OF CONTENTS Page RECITALS... 1 PART 1 PROVISION OF CM SERVICES... 1 Section

More information

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

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

More information

DIVISION 1 GENERAL REQUIREMENTS SECTION MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK

DIVISION 1 GENERAL REQUIREMENTS SECTION MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK DIVISION 1 GENERAL REQUIREMENTS SECTION 01 2600 MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK PART 1 GENERAL 1.01 SUMMARY A. Section includes requirements that supplement the paragraphs of Document

More information

THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC MANAGEMENT AND ORGANIZATIONAL ASSESSMENT

THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC MANAGEMENT AND ORGANIZATIONAL ASSESSMENT THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC-19-03 MANAGEMENT AND ORGANIZATIONAL ASSESSMENT Proposal Issue Date: January 4, 2019 Proposal Due Date: January 29,

More information

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN13-004 DESIGN CRITERIA PROFESSIONAL SERVICES REQUEST FOR QUALIFICATIONS (RFQ) NO. EN13-004 FOR A DESIGN CRITERIA PROFESSIONAL

More information

AIA Document A103 TM 2007

AIA Document A103 TM 2007 AIA Document A103 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is the Cost of the Work plus a fee without a Guaranteed Maximum Price AGREEMENT made as of the

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

APPENDIX - A TECHNICAL SPECIFICATIONS. JEA Fleet Services Heavy Duty Maintenance and Repair

APPENDIX - A TECHNICAL SPECIFICATIONS. JEA Fleet Services Heavy Duty Maintenance and Repair APPENDIX - A TECHNICAL SPECIFICATIONS JEA Fleet Services Heavy Duty Maintenance and Repair 1. GENERAL SCOPE OF WORK The purpose of this Invitation to Negotiate (the "ITN") is to evaluate and select a Respondent

More information

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR The Liberia Annual Conference Monrovia, Liberia REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR NEW RESIDENTIAL TWO-STORY CLASSROOM BUILDING AND VOCATIONAL SCHOOL

More information

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

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

More information

REQUEST FOR QUOTES (RFQ) DECAL STRIP ADVERTISEMENTS FOR RAIL CAR MODESTY PANELS. RFQ ISSUED: September 13, 2018

REQUEST FOR QUOTES (RFQ) DECAL STRIP ADVERTISEMENTS FOR RAIL CAR MODESTY PANELS. RFQ ISSUED: September 13, 2018 VIRGINIA RAILWAY EXPRESS REQUEST FOR QUOTES (RFQ) DECAL STRIP ADVERTISEMENTS FOR RAIL CAR MODESTY PANELS RFQ ISSUED: September 13, 2018 QUESTIONS DUE: September 19, 2018 at 10:00 A.M. EST QUOTES DUE: September

More information

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services Request for Qualifications RFQ 19-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

More information

REQUEST FOR PROPOSAL. UPS Maintenance

REQUEST FOR PROPOSAL. UPS Maintenance REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103

More information

General Discussion A&E Services Consultants

General Discussion A&E Services Consultants WSDOT Local Agency Guidelines M 36-63.01 Chapter 31 Chapter 31 General Discussion To be eligible for reimbursement of Federal Highway Administration (FHWA) funds for payments to a consultant, the procedures

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS BOARD OF COMMISSIONERS PORT OF NEW ORLEANS Board of Commissioners of the Port of New Orleans REQUEST FOR QUALIFICATIONS As-Needed Civil Engineering August 9, 2017 Deadline for Statement of Qualifications

More information

REQUEST FOR PROPOSAL (RFP) # 08-P-BF-034

REQUEST FOR PROPOSAL (RFP) # 08-P-BF-034 REQUEST FOR PROPOSAL (RFP) # 08-P-BF-034 ISSUED BY: Brenda Fuller, Senior Contracts Specialist Contracts and Procurement Services Washington Convention Center Authority (WCCA) Office of Contracts and Procurement

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

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

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

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Mailing 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 information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

EXHIBIT B CRITERIA AND BILLING FOR EXTRA SERVICES EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: A. Making revisions

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

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

More information

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Traffic Signal Repair & Maintenance Bids must be submitted to the City at the address below in a sealed envelope plainly

More information

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services Request for Qualifications RFQ #13-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Fire Sprinkler Service. Bids must be submitted in a sealed envelope plainly marked: Sealed Bid, Fire Sprinkler Service

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

Sayreville Housing for Seniors Corporation Gillette Manor

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

More information

NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD NOTICE OF CONTRACT AWARD NYS Department of Corrections and Community Supervision http://www.corcraft.org GREAT MEADOWCORRECTIONAL FACILITY GROUP NO./COMMODITY: 36501/LIQUID LAUNDRY INJECTION SYSTEMS Contract

More information

Our mission is to procure supplies and services for our customers at the best value utilizing innovative supply-chain practices and technology.

Our mission is to procure supplies and services for our customers at the best value utilizing innovative supply-chain practices and technology. Supplier Guide Purpose Mission Statement How to Reach Us Sales Visits Office Hours Location Supplier Registration How the Procurement Process Works Purchasing Methods Quotations Bids Request for Proposals

More information

REQUEST FOR QUOTATION Sprinkler Repair Services SPECIFICATIONS

REQUEST FOR QUOTATION Sprinkler Repair Services SPECIFICATIONS SPECIFICATIONS 1. PURPOSE AND SCOPE: The Kanawha County Schools Purchasing Department is soliciting bids to establish an Open End Service Contract for Sprinkler Repair Services at various Facilities throughout

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

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

More information

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

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

More information

Request for Quotation

Request for Quotation University of South Carolina Purchasing Department 1600 Hampton Street, 6th floor Columbia, SC 29208 Telephone: (803) 777-4115 Request for Quotation Page One THIS IS NOT AN ORDER Quotation must be received

More information

AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017

AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017 AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017 The City of Huron issued a Request for Proposal for Engineering Services on February 1, 2017 ( RFP ). The following are amendments

More information

Document A Exhibit A

Document A Exhibit A Design-Build Amendment Document A141 2014 Exhibit A This Amendment is incorporated into the accompanying AIA Document A141 2014, Standard Form of Agreement Between Owner and Design-Builder dated the day

More information

ADVERTISEMENT FOR BID

ADVERTISEMENT 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 information

City of Federal Way REQUEST FOR PROPOSAL SACAJAWEA SEWER LIFT STATION OVERHAUL

City of Federal Way REQUEST FOR PROPOSAL SACAJAWEA SEWER LIFT STATION OVERHAUL City of Federal Way REQUEST FOR PROPOSAL SACAJAWEA SEWER LIFT STATION OVERHAUL I. PURPOSE OF REQUEST. The City of Federal Way ( City ) is requesting proposals for the purpose of sewer lift station overhaul.

More information

Sharpsburg Elementary (Replacement) School TESTING & INSPECTION SERVICES

Sharpsburg Elementary (Replacement) School TESTING & INSPECTION SERVICES Bid Cover Sheet Sharpsburg Elementary (Replacement) School TESTING & INSPECTION SERVICES RFQ #2019-08 Procurement Schedule Issue Date: August 22, 2018 Pre-Bid Meeting: Deadline for Written Questions Submission:

More information

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

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

More information

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

COUNTY 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 information

Request for Quotation Page One

Request for Quotation Page One Request for Quotation Page One THIS IS NOT AN ORDER Purchasing Department 1600 Hampton Street, Suite 606 Columbia, SC 29208 (803) 777-4115 Quotation must be received no later than: 02:00 PM Send Quotation

More information

.z:> By: Dan Tadic, P.E. Acting Public Works Director

.z:> By: Dan Tadic, P.E. Acting Public Works Director REQUEST FOR PROPOSALS SUPPLY OF HEAVY EQUIPMENT & OPERA TORS The City and Borough of Sitka will receive sealed proposals no later than 2:00:00 p.m. local time, Thursday, May 24, 2018 at the office of Public

More information

FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES

FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES DFS AA RCP 14/15-06 Preparation and Development of the Florida General Lines Agents /Customer Representatives and the Florida

More information

March 9, REQUEST FOR PROPOSAL Dover School District SAU #11 Elevator Maintenance and Repair Services

March 9, REQUEST FOR PROPOSAL Dover School District SAU #11 Elevator Maintenance and Repair Services ELAINE M. ARBOUR, Ed.D. Superintendent of Schools e.arbour@dover.k12.nh.us KAREN M. TAYLOR Business Administrator k.m.taylor@dover.k12.nh.us CHRISTINE BOSTON Director of Pupil Personnel Services c.boston@dover.k12.nh.us

More information

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS Board of Commissioners Port of New Orleans REQUEST FOR QUALIFICATIONS As-Needed Container Crane Engineering Services for Fiscal Years 2016 & 2017 Issue Date: March 25, 2015 NEW ORLEANS, LOUISIANA RESPONSES

More information

In-Booth Forklift Order Form

In-Booth Forklift Order Form In-Booth Forklift Order Form Company: Contact Name: Address: City: Zip Code: Phone #: Fax #: Booth Number: E-mail address: In-booth forklift service may be required to: Assemble displays, or when uncrating,

More information

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS For Real Estate Brokerage Services for the Global Center for Health Innovation FIRSTMERIT CONVENTION

More information

Document A Exhibit A Determination of the Cost of the Work

Document A Exhibit A Determination of the Cost of the Work Document A121 2014 Exhibit A Determination of the Cost of the Work THE OWNER: (Name, legal status, address and other information) THE CONTRACTOR: (Name, legal status, address and other information) This

More information

Instruction To Bidders

Instruction To Bidders The project scope includes Sitework Scopes for Town Creek Elementary and Middle School. 1. PRE-BID CONFERENCE 1.1 Pre-Bid and Separate Preferred Alternates conferences will be held as follows: Pre Bid

More information

COMPENSATION & PAYMENT PROVISIONS (COST REIMBURSABLE)

COMPENSATION & PAYMENT PROVISIONS (COST REIMBURSABLE) COMPENSATION & PAYMENT PROVISIONS (COST REIMBURSABLE) 1 Note: Articles flagged with an asterisk (*) are Flow-down requirements as defined in Article SUBCONTRACTORS AND SUPPLIERS in Contract Document GENERAL

More information

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

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

More information

Request for Quotation Page One

Request for Quotation Page One University of South Carolina Aiken Purchasing Department 471 University Parkwy Aiken, SC 29801 Telephone: (803) 641-3455 Request for Quotation Page One THIS IS NOT AN ORDER Quotation must be received Send

More information

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION REQUEST FOR BIDS For RESIDENTIAL SOLID WASTE COLLECTION Bids are currently being solicited by the Talladega County Commission for curbside collection of municipal residential solid waste in the unincorporated

More information

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

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

More information

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS Board of Commissioners Port of New Orleans REQUEST FOR QUALIFICATIONS THALIA ST. WHARF NEW PARKING GARAGE WO 1-156 ISSUE DATE: August 31, 2016 NEW ORLEANS, LOUISIANA Deadline for Proposals is no later

More information

REQUEST FOR QUOTATION

REQUEST 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 information

CHARLESTON COUNTY PARK AND RECREATION COMMISSION

CHARLESTON COUNTY PARK AND RECREATION COMMISSION CHARLESTON COUNTY PARK AND RECREATION COMMISSION REQUEST FOR PROPOSAL HOLIDAY FESTIVAL OF LIGHTS ORNAMENTS 2015-20 MARCH 25, 2015 1 RFP2015-020 Request for Proposal 2015-020 Holiday Festival of Lights

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

More information

East Central College

East Central College SECTION 00100 - INSTRUCTION TO BIDDERS 1. BIDDING GUIDELINES The submission of a Bid shall be deemed the Bidder's tacit acknowledgment and considered conclusive evidence that: 1. Each Bidder is responsible

More information

COUNTY 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 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 information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD NOTICE OF CONTRACT AWARD NYS Department of Corrections and Community Supervision http://www.corcraft.org GREAT MEADOW CORRECTIONAL FACILITY GROUP NO./COMMODITY: 25400 Raw Chemical Material All Purpose

More information

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

Lexington Center Corporation. Purchasing Policy & Procedures

Lexington Center Corporation. Purchasing Policy & Procedures Lexington Center Corporation Purchasing Policy & Procedures September 2013 Page 1 Overview The policy of the Lexington Center Corporation (LCC) is to procure equipment, supplies, and professional services

More information

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK CITY OF MOBILE REQUEST FOR PROPOSALS RFP: 2018-006 FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK The City of Mobile is seeking proposals for the operation of food concession stands,

More information

PHASE 1 STAFF FACILITIES LOCKER ROOM

PHASE 1 STAFF FACILITIES LOCKER ROOM CARMEL AREA WASTEWATER DISTRICT Carmel, California REQUEST FOR QUALIFICATIONS CONSTRUCTION/BUILDING SERVICES FOR: PHASE 1 STAFF FACILITIES LOCKER ROOM Issued on: October 14, 2014 QUALIFICATIONS DUE: November

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

More information

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS PROJECT TITLE UNIVERSITY OF ILLINOIS THIS AGREEMENT, made and entered into in the City of, State of Illinois, as of the date of the last signature of the parties hereto by and between THE BOARD OF TRUSTEES

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

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

More information

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.)

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.) Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

More information

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES SCOPE OF WORK This contract is executed between JEA and the Contractor to perform services including, but not limited to: labor, supervision, materials, tools and equipment, as necessary to perform plumbing

More information

STATEMENT 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) 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 information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard 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 information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

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

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal for Removal of Asbestos Materials October 30,

More information

INSTRUCTIONS TO BIDDERS

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

More information

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH 1. GENERAL The City of Folly Beach, South Carolina (City) requests proposals from qualified engineering firms for a Water System

More information

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

SMALL ORDERS TERMS AND CONDITIONS - BLANKET 1. COMPLIANCE WITH LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES ALVORD UNIFIED SCHOOL DISTRICT Angie Lopez, Director of Facilities Planning 10365 Keller Avenue Riverside, CA 92505 VARIOUS PROJECTS

More information

Request for Proposal

Request for Proposal Request for Proposal RFP No. 2017 11 001 Consulting Services for Emergency Operations Response Plans Issue Date Monday, November 20, 2017 ISSUED BY OFFICE OF PROCUREMENT RICE UNIVERSITY 6100 MAIN ST.,

More information