IFB #1349PP CSU NEW BASEBALL PARK

Size: px
Start display at page:

Download "IFB #1349PP CSU NEW BASEBALL PARK"

Transcription

1 INVITATION FOR BIDS On behalf of we invite your firm to submit a bid for: IFB #1349PP CSU NEW BASEBALL PARK MANDATORY PRE-BID CONFERENCE DATE: Tuesday, September 11, :00 A.M. The meeting will take place in the Physical Plant Building Room 107 Sealed bids will be received at: Purchasing Office Cook Adm Bldg- Rm S. King Drive Chicago, Illinois Until 11:00 AM CST, on or before Thursday, September 20, 2012 The Bid Opening will be on Thursday, September 20, 11:30 AM CST in the Physical Plant Building Room 107 Bidder s bid will be rejected if the followings forms: Disclosures of Financial Interests and Potential Conflicts of Interests Form and the State Board of Elections Certification Form are not completed and returned with Bidder s Bid. Please note that no bid will be accepted or reviewed without submission of a completed prequalification form. Technical Questions regarding bid documents should be ed by Friday, September 14, 2012 to: Janielle Graham Jgraham@csu.edu Questions regarding bid procedures should be directed to: Janielle Graham Director of Purchases Phone: Fax: jgraham@csu.edu 1

2 On behalf of we invite your firm to submit a bid for: Title: CSU Project Description: The project includes, but is not limited to: mobilization, site preparation, earthwork, concrete pavement, storm sewer, chain link fence, synthetic turf, masonry dugouts, bleachers, game operations booth, scoreboard, landscape restoration and lighting. Project will be constructed under a single, general contract. Sealed bids for this project will be received in the Purchasing Office,, 9501 South King Drive, Cook Administration Building Room 208, Chicago, Illinois until 11:00 AM CDT on Thursday, September 20, The public opening and reading of bids is for informational purposes only and is not to be construed as acceptance or rejection of any of the bid submitted. Bid awards will be posted on the Higher Education Procurement Bulletin at The Information for Bidders includes the following sections: I. Instructions to Bidders II. General Conditions III. Special Conditions IV. Bid Form Bidder s must complete and submit the Chicago State University Lump Sum Bid Form along with the Trade Bid Breakdown Bid Form included in the Bid Documents. Any references and requirements regarding the Bid Form contained in this Information for Bidders document or otherwise found in the Bid Documents applies to both this Bid Form and the Trade Bid Breakdown Bid Form included in the Bid Documents. V. No Reply Bid Form. VI. Disclosures of Financial Interests and Potential Conflicts of Interests Form Bidders will be rejected if this form is not completed and returned with the Bidder s Bid. VII. Sample Contract VIII. State Board of Elections Certification Bidders will be rejected if this certification is not completed and returned with the Bidder s Bid. The information contained in this Information for Bidders may also be contained in other sections of the Bid Documents. The intent of the Bid Documents is to provide all items necessary for the submission of a complete bid and for the proper execution and completion of the work by the Contractor. The Bid Documents are analogous. In the event of any conflicting requirements, the more stringent will apply as determined in the sole opinion of. I. INSTRUCTIONS FOR BIDDERS The will receive sealed bids on Thursday, September 20, 2012 for CSU. This IFB and any subsequent contract shall be governed by the laws and rules of the State of Illinois which are incorporated by reference, Illinois Procurement Code 30 ILCS 500/ and is in accordance with the Procurement Rules of the Chief Procurement Officer of Public Institutions of Higher Education. 1. Bid Documents & Prequalification a. Invitation for Bid - The following documents will be supplied and are to be considered the "Bid Documents." 2

3 1. Trade Breakdown Bid Form 2. Scope of Work 3. Prequalification Form 4. Contractor Manual a. Information for Bidders b. CSU Lump Sum Bid Form c. General Conditions d. Special Conditions e. No Bid Reply Form f. Disclosures of Financial Interests and Potential Conflicts of Interests Form g. Prequalification with Department of Human Rights h. Substitution of Materials Form i. FBE/MBE/DBE Disclosure Form 5. Project Drawings 6. Project Specifications 7. All addenda and written and graphic instruments issued by the Architect prior to receipt of bids which modify or interpret the bid documents by additions, deletions, clarifications or corrections. 8. All definitions set forth in the General and Supplementary Conditions or in other Contract Documents are applicable to the Bid Documents. 9. Disclosures of Financial Interests and Potential Conflicts of Interests Form Bid Document Sources: Bid documents are available by contacting Best Imaging Solutions 20 East Randolph, Chicago, IL and telephone (312) The cost of Drawings and Contractor Manuals purchased from Best Imaging Solutions is nonrefundable. b. Pre Qualification 1. Trade Contractors are requested to submit their prequalification form with their bid. Please note that no bid will be accepted or reviewed without submission of a completed prequalification form. 2. Prequalification forms can be obtained by contacting Best Imaging Solutions 20 East Randolph, Chicago, Il and telephone (312) Prequalification forms will be accepted at, with the Bid Package, 9501 S. King Drive, Cook Administration - Room 208, Chicago, IL Delivery of Bids a. All Bids must be submitted on the Bid Forms included in the Bid Documents and must be COMPLETED IN FULL INCOMPLETE BIDS WILL BE DISQUALIFIED. Bids must be returned in an envelope properly identified to: Attn: Janielle Graham, Director of Purchases Cook Administration Building, Room South King Drive Chicago, IL Title: IFB#1349PP- b. Any bids received after the above time and date stated will be discarded. c. Bidders shall be responsible for the actual delivery of bids during business hours (8:30 a.m. - 5:00 p.m. Monday - Friday) to the above address. Bids may either be delivered by hand or sent through U.S. Mail or other courier services available to the address shown above. In either event, Bidders remain responsible for insuring that bids are actually received at the time, date, place, and office required. The University assumes no responsibility for any bid not so received, 3

4 regardless of whether the delay is caused by the U.S. Postal Service, the University Mail Delivery System, or some other act or circumstance. No bids received after the time specified in the bid information will be considered. All bids received after the specified time will be discarded. d. If you intend to use an express delivery service, it is recommended that you stress the need to deliver your package to the building and office designated and not to the University Mail Service or Central Receiving facilities. Packages delivered by express services to other locations might not be re-delivered in time to be considered. 3. Submission of Bids a. Submit one (1) original completed and signed bid and four (4) additional copies. When submitting your sealed formal bid, please return in an envelope substantially similar to this sample. Mark with the title of the bid, bid number, date, and time of bid opening. Deliver to the Purchasing Office on or before the time scheduled. b. All correspondence shall be addressed to the attention of the Janielle Graham at CSU and titled IFB#1349PP,. 4. Signing of Bids a. Bids shall be submitted with all appropriate blank spaces completed. Incomplete bids will be automatically disqualified. b. Numbers shall be stated both in writing and in figures. In case of any discrepancy in the lump sum amount, the amount as expressed in written words shall govern. The signatures shall be without interlineation, alteration, or erasure, unless initialed by the Bidder. Bids shall not contain any recapitulation of the work to be done. c. All bids must be signed and the signature must be in ink. Bids completed in pencil will be rejected. d. Bids, which are signed for partnerships, shall be signed in firm name by at least one partner or in firm name by attorney-in-fact. If signed by attorney-in-fact, there should be attached to the bid, a power of attorney evidencing authority to sign the bid, dated same day as bid, and executed by all partners. e. Bids, which are signed for corporation, shall have corporate name thereon, and signature of authorized officer of corporation manually written below corporate name. Title of office held by the person signing for corporation shall appear below signature. f. Bids, which are signed for individuals doing business under firm names, shall be signed in the name of the individual doing business under the firm name. 5. Bidder's Application Form The Bidder s Application Form may be completed, signed and returned with bid. The following link is where you can download the Bidder s Application Form No Bid Reply Form If No Bid is submitted, please complete the enclosed No Bid Reply Form and return prior to the Bid Due Date. 7. Prequalification with Department of Human Rights All Bidders must be prequalified with the State of Illinois Department of Human Rights (IDHR) Public Contract Division. All IDHR numbers or lower expired on August 31, digit identification number is requested on the Bid Form. Bidders, who are not prequalified, must complete Employer Report Form PC-1 and file with IDHR prior to the Bid Due Date. Download the 4

5 Vendor form at the website or contact IDHR at (312) to receive forms. 8. Firm Bid All bids will be considered to be firm for a period of ninety (90) days from the date established for the receipt of the bids. 9. Rejection of Bids The Board of Trustees of reserves the right to reject any part or all bids and to waive any informality in bids received whenever such rejection or waiver is in the interest of the Board. 10. Liaison will designate one of its employees as Liaison with the successful bidder. Communications and coordination between the Contractor and on operations and related challenges will be through the Liaison. 11. Taxes and Fees All Bidders shall include in their bid prices and shall assume and pay all taxes, fees, and permits applicable under the performance of this contract. The University is a State institution and is therefore not liable for Illinois Retailers Occupational Tax, the Service Occupation Tax (both state and local), the Use Tax and the Service Use Tax. A copy of CSU s tax exempt form is included in this Contractor Manual. 12. Examination of Documents and Pre-Bid Meeting Conference / Site Visit a. Each Bidder making a bid represents that: a. They have read and understand the bid documents and their bid is made in accordance therewith; b. They have visited the site and have familiarized themselves with the local conditions under which the work is to be performed; c. Their Bid is based upon the materials, systems, and equipment described in the Bid Documents without exception. b. There is a mandatory Pre-Bid meeting which will be held at (CSU) Room O & M 107, 9501 S. King Drive, Chicago, IL on Tuesday, September 11, 2012 at 10:00 AM. c. All prospective bidders are required to attend. All representatives must be in the room no later than 10:15 AM and must stay for the entire meeting and site visit. If the contractor is late or leaves before the completion, the contractor will not be considered attending the pre-bid conference. 13. Requests for Information or Clarification a. All questions about the Bid Documents shall be directed in writing by close of business September 14, 2012 to Janielle Graham CSU. All questions must be ed to jgraham@csu.edu, titled/subject IFB#1349PP, New Baseball Park. b. Questions and answers will be addressed in the form of an addendum and will be sent to all registered Illinois Public Higher Education Cooperative vendors in attendance at the mandatory pre-bid meeting. If contact of any kind occurs with any other representative, this will be grounds for disqualification. c. Bidder shall not rely on any oral interpretation, clarification, or correction made by the Architect, Owner or authorized representative. d. Acknowledgement of Addenda Receipt of an addendum to the bidding documents by a Bidder must be acknowledged on Bid Form. 5

6 14. Substitution of Materials a. The materials, systems and equipment described in the Bidding Documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. b. No substitution will be considered unless written request for consideration has been submitted by the Bidder and has been received by the Architect at least five working days prior to the date for receipt of bids. Each request shall include the name of the material or equipment for which it is to be substituted and a complete description of the proposed substitute including drawings, cuts, performance and test data and any other information necessary for an evaluation. A statement setting forth any changes in other materials, equipment, or work that incorporation of the substitution would required shall be included. The burden of proof of the merit of the proposed substitute is upon the Bidder. The Owner and Architect s decision of approval or disapproval of a proposed substitution shall be final. c. Requests for Substitution should be submitted using the form included in this Contractor Manual. d. If the Owner approves any proposed substitution, such approval will be set forth in an Addendum. Bidders shall not rely upon approvals made in any other manner. 15. Modification or Withdrawal of Bids a. Any Bidder may withdraw or modify his bid at any time prior to the scheduled closing time for receipt of bids. Only facsimile, letters or other written requests for modifications or corrections of a previously submitted bid, which are addressed in the same manner as bid, and are received in the University Purchasing Office prior to the scheduled closing time for receipt of bids, will be accepted. b. The bid will be corrected in accordance with such written request; provided that such written request is to be contained in a sealed envelope which is plainly marked "Modification of Bid on (as above)." Oral or telephonic modifications or corrections will not be recognized or considered. Requests for modifications or corrections of bids cannot be submitted after the scheduled closing time for receipt of bids. c. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these instructions to Bidders. 16. Errors and Omissions All bids shall be submitted properly completed. The special attention of bidders is directed to the policy that no claim for relief because of errors and/or omissions in the bidding will be considered; and bidders shall immediately notify the University, in writing, and the University shall issue written instructions to be followed. The Bidder is responsible for the contents of its proposal and for satisfying the requirements set forth in the IFB. 17. Acknowledgment of Addenda Receipt of an addendum to the bidding documents by a Bidder must be acknowledged on Bid Form. 18. Investigation of Bidders The University will make such investigations as deemed necessary to determine the ability of the Bidder to do the work, and the Bidder shall furnish all such information and data for this purpose as requested by the University. The Board reserves the right to reject any bid if the evidence submitted by or investigation of Bidder, fails to satisfy the Board that such Bidder is properly qualified to carry out the obligations of the contract and complete the work contemplated herein. 19. Cost for Bid Preparation The University is not liable for any cost incurred by a bidder in preparing or submitting a bid, or in preparing the contract or for any finder s fee, regardless of whether the University accepts a bid. 20. Opening of Bids 6

7 All Proposals will be publicly opened, read and tabulated at at the address noted above. Noted errors, omissions and defects will be announced. Bids received after closing time will be discarded. The public opening and reading is for information only and is not construed as acceptance or rejection of any bid. 21. Commencement of Work Terms and Renewals a. The successful vendor must not commence any billable work prior to the University s execution of the contract via a Purchase Order number. Work performed before final execution of the awarded contract and receipt of Purchase Order Number is done at vendor s risk of nonpayment for such work. b. The length of the CONTRACT, including any renewals, may not exceed that allowed by law, including 30 ILCS 500/ When the term begins on execution that means the date of final execution by. c. If the commencement of performance is delayed because the CONTRACT is not executed by CSU on the start date, CSU may change the start date, end date and milestones to reflect the delayed execution. No renewal may be effective automatically. No renewal may be effective solely at the Vendor s option. 22. Award of Contract a. The contract will be awarded to the lowest responsible and responsive bidder whose bid also meets the requirements and criteria set forth in the Invitation for Bid. CSU reserves the right to reject any or all bids, the right to waiver minor informalities in any bid, and the right to make award in the best interest of the Project. b. Award will be determined upon combined total cost of the Base Bid Sum and such additive or deductive alternatives as the Owner elects to accept. This will be the Contract Sum. 23. Small and Community Based Firms The Board of Trustees encourages and directs, its Contractors and Subcontractors to make every appropriate effort within the frame work of applicable state and federal laws and regulations to enable small and community based businesses to compete effectively with other vendors bidding for work, services, or materials to be furnished to the Board or the institution under its jurisdiction. 24. Board of Trustees at s Goals for Contracting with Minorities, Females and Persons with Disabilities a. In support of the Business Enterprise for Minority, Female and Persons with Disabilities Act (MAFBE; 30 ILCS 575 et seq., as amended) the Board of Trustees at Chicago State University has established the following goals: 1. Goals: i. 32% of its contracts to be awarded to Minority Business Enterprise. 18% - male owned minority vendors, 9% - female/ Caucasian owned, 3% - female owned and 2% - disabled business enterprises. b. The University encourages minority, female and disabled business enterprises to compete for and participate in University contracts. The goals can be met by means of contracts let directly to minority, female and disabled business firms by the University, or indirectly by the Bidder s ordering goods or services from minority, female and disabled firms when suppliers or Subcontractors are needed to fulfill the contract. Information about the Bidder s MAFBE status must be included in the Bidder s Application Form as a part of the submission. The Bidder, if awarded a contract, agrees to notify of changes to its status as a minority, female or disabled business enterprise immediately of the occurrence of such a change. The Bidder agrees to identify minority, female and disabled business firms providing the Bidder with goods or services in the fulfillment of the contract requirements, and 7

8 further agrees to report, upon request by the University or Construction Manager, the dollar value of purchases made with these firms. Upon request, the University will provide a list of certified minority, female and disabled business firms that may be contacted to fulfill the requirements of this contract. 8

9 25. Insurance Requirements Contractor shall purchase and maintain Commercial General Liability Insurance on the "Occurrence" form, Business Auto Insurance, and Umbrella Liability Insurance in addition to Workers Compensation Insurance from insurance companies acceptable to Chicago State University (CSU), and shall furnish to CSU, or a designated representative of CSU, prior to the beginning of any work or the supplying of materials, a Certificate of Insurance giving evidence of all such insurance. All certificates of insurance must be accompanied by ISO forms CG and CG The Certificate of Insurance shall be for amounts of insurance indicated by this Insurance Requirements form, shall contain a 60 day cancellation notice or notice of material change clause, shall have the words "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives", stricken from the cancellation clause. Compliance with all other requirements of this Insurance Requirements form is mandatory. Cost, if any, for the foregoing must be included as part of your contract. a. On the property side, the University will provide the Builder s Risk coverage. However, language should stipulate that the contractor is responsible for a $25,000 per occurrence deductible. b. On the liability side, coverage shall be as follows: Commercial General Liability $5,000, Limits of Liability Auto Liability Umbrella Liability Workers Compensation Employers Liability $1,000, Each Occurrence $1,000, General Aggregate $1,000, Products/Completed Operations Aggregate $1,000, Personal & Advertising Injury $ 100, Fire Legal Liability (any one fire) $ 10, Medical Expense (any one person) $1,000, Each Accident $3,000, Each Occurrence $1,000, Each Occurrence $1,000, Each Accident $1,000, Disease Policy Limit $1,000, Disease Each Employee c., the Board of Trustees, the Architect and the Architect s Consultants shall be named as additional insureds. A certificate of insurance will be required before award of contract. The certificate of insurance must include an endorsed policy page. 9

10 25. Bond Information a. The Bidder represents and certifies that a surety company has agreed to issue Bonds required by the Bid Documents for this work if this bid is accepted by CSU. Refer to Section 7, Insurance and Bond of this Contractor Manual for information regarding Bond Requirements. b. The Surety Bond language is as follows: As Principal, and a corporation of the State of as Surety, are held and firm bound unto the State of Illinois, acting by and through the, as Obligee, in the amount of ten percent (10%) of the amount of the base bid for the payment of which Principal and Surety bind themselves, heirs, executors, administrators, successors and assigns, jointly and severally, to this agreement. 10

11 II. GENERAL CONDITIONS 1. Contractors Status The contractor is an independent contractor and in providing services hereunder shall not be deemed to be the agent of the University. All persons performing work hereunder for the contractor shall be employees or subcontractors of the contractor, not of the University. All work performed by such persons shall be under the control and supervision of the contractor not the University. The contractor shall be fully responsible to the University for the acts and omissions of his sub-contractors, and of the persons either directly or indirectly employed by them, as he is for the acts and omissions of his subcontractors, and of the persons either directly or indirectly employed by the contractor. 2. Compliance with Laws, Regulations and Labor and Employment Provisions Contractors signature shall be construed as acceptance of and willingness of Contractor to comply with all laws, statutes, regulations, ordinances, rulings, or enactments of any governmental authority that are applicable to the work or which in any way pertain to the project including, without limiting the foregoing thereto, the following State of Illinois statutes: a. (preference to Illinois residents) b. (veteran preference) c. (non-discrimination) d. (Human Rights Act) e. (health and safety) f. An ACT regulating wages of laborers, mechanics and other workmen employees in any public works by the State, county, city or any public body or any political subdivision or by anyone under contract for public work, approved June 26, 1941, Laws of Illinois 1941, Vol. 1. Page 730, as amended (III. Rev. Stat. 1987, Chap. 48, Sections 39s-1 through 39s-12, both inclusive). This ACT requires that wages not less than the general prevailing rate of hourly wages for work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of hourly wages for legal holiday and overtime work in that locality shall be paid to all laborers, workmen and mechanics employed on the work and that contractors include in all contractors bonds such provisions as will guarantee the faithful performance of such prevailing rate requirements. The prevailing rate of wages specified by the Department of Labor at the time of issuance of these general conditions is set forth in Exhibit A, attached hereto and incorporated by reference herein. If the Department of Labor revises the prevailing rate of wages, the revised rate shall apply to all contracts issued pursuant to these general conditions. It is further required by the ACT and by these General Conditions that the Contractor and each of his subcontractors shall keep an accurate record showing the names and occupation of all laborers, workmen and mechanics employed by them in connection with the work. Showing also the actual hourly wages paid to each of such workers, which record shall be open at all reasonable hours to the inspection of the Owner, its officers and agents and to the Director of the Department of Labor of the State of Illinois and his deputies and agents. (Ill. Rev. Stat. 1987, Chapter 48, Section 39s-2. Amended by P.A Para. 1, effective January 1, 1984). Prevailing rate of wages means the hourly cash wages, plus fringe benefits for health and welfare, insurance, Vacations and pensions paid generally, in the locality in which the work is being performed, to employees engaged in work of similar character. The above explanations of these ACTS are much condensed and not intended to be a complete detailed account of all duties imposed thereby, and hence by this article of the General Conditions, upon the Contractor agrees to, and shall comply with all of the provisions of the above ACTS, whether herein set forth or not, as well as with the provisions of all other applicable legislation and regulations promulgated there under, and especially agrees to keep the records described in (f) and pay the prevailing rate of hourly wages as required. 11

12 3. Warranty The Vendor expressly warrants that all goods and services covered by their bid will conform to each and every specification, drawing, sample and/or other description, which is furnished, and that it will be fit and sufficient for the purpose intended and free from defects. 4. Patent Infringement Vendor agrees to indemnify University and hold it harmless from and against all liability, loss, damage and expense, including reasonable counsel fees, resulting from any actual or claimed trademark, patent, or copyright infringement, or any litigation based thereon, with respect to any part of goods and/or payment therefore by the University. 5. Sellers Responsibility in Transit Title to and risk of loss and damage to all items shall remain in effect and be the responsibility of the Vendor until final delivery, installation and acceptance by the University for the Board unless otherwise stated herein. All shipments to be F.O.B. Delivered unless otherwise stated herein. 6. University Right of Acceptance The contractor whose bid is accepted will be notified at the earliest practical date. The University however, reserves the right to reject any and all bids and to waive any informality in bids received whenever such rejection and/or waiver are considered in the best interest of the University. a. The University also reserves the right to reject any bid or contractor who in the best judgment of the University: i. has previously failed to perform properly, or ii. has failed to complete contracts of similar nature, or iii. is not in a position to perform the work required, or iv. Had habitually and without just cause, neglected the payment of bill or otherwise disregarded his obligations to subcontractors, material men and/or employees. 7. Packaging The University will not be liable for any drayage, packing, cartage, boxing, crating, storage, or handling charges in excess of the order. 8. Toxic Substance Clause All Bidders agree to take appropriate actions to identify any products, substance, etc., included within this Bid specification which is considered to be a toxic substance under the Illinois Toxic Substance Act and to provide OSHA Form 20 Material Data sheets (or the equivalent) with respect thereto. All Bidders further agree to properly label any product, substance, etc., so identified in accordance with the Illinois Toxic Substance Act. 9. Brand Names Any brand names mentioned in the bidding documents are used for the purpose of describing the standard of quality, performance and characteristics desired and are not intended to limit or restrict competition. Any substitution to the items as specified must be an equal. Or equal submissions will not be rejected due to minor differences in design, construction or features which do not affect the suitability of the product for its intended use. The burden of proof that the product is equal rests with the Bidder. Bidder may propose substitutions with their bid by listing the product substitution(s) in the Bid Form. The University will recommend approval or rejection prior to award of contract. Bidders offering substitutions must furnish at the time of the bid opening complete descriptions and/or sample of the products. 12

13 III. SPECIAL CONDITIONS 1. Indemnification The Bidder shall indemnify and hold harmless CSU and its members representatives, officers, agents and employees from and against any and all claims, demands, suits, loss, damage, injuries, and liability, including attorneys' fees, costs and expenses incurred in connection therewith, however caused, resulting from, arising out of, or in any connected with the performance of the contract hereunder, or any renewal or extension thereof, whether or not caused or contributed to by, or on account of any acts or omissions on the part of the Vendor or any Subcontractors or any of their respective agents, servants or employees or any negligence or alleged negligence on the part of CSU, its members, representatives, officers, agents or employees. 2. Prevailing Wage Requirement In accordance with the Illinois Procurement Code (30 ILCS 500/25-60), Bidder certifies that employees involved in printing (regardless of cost) or for service contracts of $2,000 or more or $200 or more receives the prevailing wage rate and is working under conditions prevalent in the locality where printing is taking place. Services include janitorial cleaning services, window cleaning services, food services, and security services. Bidders interested in submitting a bid for such projects must contact the Illinois Department of Labor for the current prevailing wage rate Construction Start up Contractors who are awarded work must inform David D. Johnson of at prior to coming on site to begin work. CSU will host an informative kick off meeting prior to the commencement of the work at which time commencement of work will be determined. 4. Staging/Construction Work Area a. Staging areas must be properly fenced off prior to contractor parking or storing materials within staging area. b. Guidelines for staging areas must be followed. Materials and tools must be stored and secured. There may be small children on the campus take caution. c. Salvaged items shall be moved to a storage area as designated by CSU. 5. Day(s)/Hour(s) of allowed Construction Operation a. Days available for construction: Monday through Friday. Holiday/Saturday/Sunday as needed however no additional compensation will be made for premium time. b. Hours of available construction operation are 6 am -midnight. Abatement 6pm-8am, waste out after 10pm. c. Please note that the floors will be occupied. There are day and evening classes as well as Saturday and summer programs on campus. d. Contractors should follow sections of the project manual regarding temporary utilities, use of existing facilities, security and access roads, parking areas and parking control. 6. Parking/Security a. The CSU campus is patrolled by State Police who have the authority to make arrest and issue tickets. b. All workers must be identified, bearing a tag with the contractor s name. c. A specific number of Parking Entry Decals will be provided to the contractor, the decals must be signed out. Lost decals will not be replaced. Contractor is responsible for all decals throughout the job. Final acceptance and payment will not be given without all your numbered decal s returned. d. Vehicles must have decals visible at all times. Vehicles not bearing decals are subject to parking fees. Unmarked Vehicles not bearing parking decals are subject to parking fees 13

14 which are currently $5.00 per entry or may purchase a CSU parking permit available via the parking department. e. Vehicles parked in unauthorized spaces (to include but not limited to ADA and Reserved) are subject to towing and fines even with Decals. f. While there are several other construction access points for other projects, your access to campus is off of 95 th and St. Lawrence. Large delivery trucks must arrange access to campus via King Drive entry. Semi-trucks are not to be driven on campus due to the tunnel system (a copy of the location of the tunnel system is available upon request). 7. Other a. Contractors shall have no contact with faculty or students (unless expressly related to momentary emergency, related to safety and welfare). b. Contractor s personnel are not permitted to use reserved parking and gym. c. Contractor shall not take photos. Photos are to be coordinated with the consultants. d. Contractor shall give 48 hour notice for all needed shut downs of utilities. 8. Buildings Access a. Do not block road ways, exits and means of egress, into or out of buildings. b. Do not prop open doors. If access is needed after 5pm contact campus police at c. In the case of emergency call campus police and David D. Johnson at d. Contractor shall be responsible to secure the work area as to not allow people to access the work site or material storage areas. e. If applicable, one elevator key will be provided to the contractor the key must be signed out. Additional keys will not be given. Contractor is responsible for the key throughout the job. Final acceptance and payment will not be given without key s return. 9. Contact for additional information a. Questions regarding bid procedures should be directed to Janielle Graham, Director of Purchases, jgraham@csu.edu, Subject line: IFB#1349PP,. 14

15 IV. Lump Sum Bid Form A. Scope of Services to Be Provided, requests that all trade contractors submit their qualifications and bid for the New Baseball Field for. For detail scopes of work refer to Contractor Manual, Project Manual and Drawings. The following trade packages will be issued for bid (circle trade for which Contractors bid is being submitted): General Company: Signature: Print Name: Title: Date: 15

16 B. Lump Sum Bid Form The undersigned, being familiar with the Bidding documents, including the laws and rules of the State of Illinois which are incorporated by reference, Illinois Procurement Code 30 ILCS 500/ and is in accordance with the Procurement Rules of the Chief Procurement Officer of Public Institutions of Higher Education, hereby agrees to provide the items required under the specifications in strict accordance with all Bidding documents at the prices listed below: BASE BID PRICE: TOTAL As required by this document the following must be attached: Business Enterprise for Minorities, Females, and Persons with Disabilities Participation References (Three) Disclosures of Financial Interests and Potential Conflicts of Interest (Prime and Sub-contractors) State Board of Election Certificate Prequalification Form Bidder s Application Form Surety Bond Note: A certificate of insurance will be required before award of contract. The certificate of insurance must include an endorsed policy page. The following ADDENDA are hereby acknowledged as received and incorporated herein: ADDENDUM NO. DATE RECEIVED Company Name 16

17 C. CERTIFICATIONS The following certifications by the Contractor are required by Illinois statutes: A. Conflict of Interest: Contractor certifies that no State of Illinois employee is entitled to more than seven & one half percent (7½%), or together with a spouse or minor child more than fifteen percent (15%), of the total distributable income of Contractor (30 ILCS 500/50-13). B. Bribery: Contractor certifies that Contractor has not committed bribery or attempted bribery of an officer or employee of the State of Illinois. (30 ILCS 500/50-5). C. State Board of Elections Registration (P.A )). By acceptance of this award, the Contractor certifies that either (1) it is not required to register as a business entity with the State Board of Elections pursuant to Section of the Procurement Code (30 ILCS 500/20-160); or (2) (a) it has registered as a business entity with the State Board of Elections, (b) it has submitted a copy of the Certificate of Registration to the Chief Procurement Officer for Higher Education as specified at the Illinois Public Higher Education Procurement Bulletin website ( and (c) it acknowledges a continuing duty to update the registration. Any contracts entered into with Contractor by the Owner are voidable under the Procurement Code if Contractor fails to comply with the requirements of Section D. Sarbanes-Oxley: Contractor certifies that neither their business nor any officer, director, partner, or other managerial agent of the business has been convicted of a felony under the Sarbanes-Oxley Act of 2002 or a Class 3 or Class 2 felony under the Illinois Securities Law of 1953 for a period of five years prior to the date of the bid or contract. Contractor acknowledges that the Owner shall declare the contract void if the certification completed pursuant to this subsection is false. If a business is not a natural person, the prohibition applies only if: (1)t he business itself is convicted of a felony and (2) the business is ordered to pay punitive damages based on the conduct of any officer, director, partner, or other managerial agent who has been convicted of a felony (30 ILCS 500/ ). E. Bid Rigging/ Rotating: Contractor certifies that Contractor has not been barred from contracting with any unit of state or local government as a result of a violation of 720 ILCS 5/33E-3 (bid-rigging) or 720 ILCS 5/33E-4 (bid-rotating). F. Felony Conviction: Contractor certifies that it is not barred pursuant to 30 ILCS 500/50-10 from conducting business with the State of Illinois or any agency as a result of being convicted of a felony. G. Debt Delinquency: Contractor certifies that Contractor is not barred from being awarded a contract pursuant to 30 ILCS 500/50-11, which prohibits a person from submitting a bid or entering into a contract with a State agency if he/she or any affiliate knows or should have known that he/she or any affiliate is delinquent in the payment of any debt to the State, as determined by the Debt Collection Board, unless they have entered into a deferred payment plan. Further, Contractor acknowledges that the Owner may declare any contract with Contractor void if Contractor becomes delinquent in the payment of any debt as set forth in 30 ILCS 500/50-11 during the term of the contract. H. Remittance of Illinois Use Tax: Contractor certifies that Contractor is not barred from being awarded a contract pursuant to 30 ILCS 500/50-12, which prohibits a person from entering into a contract with a State agency if it, or any affiliate, has failed to collect and remit Illinois Use Tax on all sales of tangible personal property into the State of Illinois in accordance with the provisions of the Illinois Use Tax Act. Contractor acknowledges that the Owner may declare any contract with Contractor void if this certification is false. 17

18 I. Environmental Protection Act: Contractor certifies that Contractor has not been found in willful or knowing violation of the Environmental Protection Act. Unless otherwise provided, no person or business found by a court or the Pollution Control Board to have committed a willful or knowing violation of Section 42 of the Environmental Protection Act shall do business with the State of Illinois or any State agency from the date of the order containing the finding of violation continues to have any involvement with the business. A person or business otherwise barred from doing business with the State of Illinois or any State agency may be allowed to do business with the State of Illinois or any State agency if it is shown that there is no practicable alternative to the State to contracting with that person or business. (30 ILCS 500/50-12) J. Lead Poisoning: Contractor certifies that, pursuant to P.A , if Contractor is the owner of residential rental property in Illinois it has not committed a willful or knowing violation of the Illinois Lead Poisoning Prevention Act that has not been mitigated. K. Drug-Free Workplace: Contractor certifies that Contractor is in compliance with the Drug-Free Workplace Act (30 ILCS 580/1, et. seq.). The Act requires, in part, that contractors with 25 or more employees take steps to ensure a drug free workplace by informing employees of the dangers of drug abuse, of the availability of any treatment or assistance programs, of prohibited activities and of sanctions that will be imposed for violation; and that contractors not engage in the unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance in the performance of any contract with Owner. L. International Boycott: Contractor/vendor certifies that neither the contractor nor any substantiallyowned affiliated company is participating or shall participate in an international boycott in violation of the provisions of the U.S. Export Administration Act of 1979 (50 USCA App et seq.) or the regulations of the U.S. Department of Commerce promulgated under that Act. M. Forced Labor: Contractor/vendor certifies in accordance with the State of Illinois State Prohibition of Goods from Forced Labor Act (30ILCS 583/) that no foreign-made equipment, materials, or supplies furnished to the State may be produced in whole or in part by forced labor, convict labor, or indentured labor under penal action. N. Child Labor: Contractor certifies in accordance with Public Act that no foreign-made equipment, materials, or supplies furnished to the State under the Contract have been produced in whole or in part by the labor of any child under the age of 12. O. IITAA: As required by Illinois Public Act , all information technology, including electronic information, software, systems, and equipment, developed or provided under this contract must comply with the applicable requirements of the Illinois Information Technology Accessibility Act Standards as posted at P. Procurement of Domestic Products: Please check the statement below that applies to the materials and procured products you are offering in this Contract. For the purposes of this question, manufactured in the United States means in the case of assembled articles that final assembly occurred in the United States. We certify that all offered articles were/will be manufactured in the United States. We understand that, if we are awarded a contract based on a preference for US manufactured goods under the Procurement of Domestic Products Act (PA ), this certification will become 18

19 part of the contract, and, if we knowingly supply non-us manufactured goods, we will be subject to penalties that include debarment for five (5) years, voiding of the contract, and civil damages. We are unable to certify that all offered articles were/will be manufactured in the United States. Q. Disclosure of Business with Iran: Does the following information apply to your firm? You must affix your signature below indicating whether the information does or does not apply to your firm. Failure to respond will disqualify your firm from being awarded a contract. Within the 24 months before submission of the bid, offer, or proposal the bidder, offeror, or proposing entity, or any of its corporate parents or subsidiaries, has had business operations that involved contracts with or provision of supplies or services to (a) the Government of Iran; (b) companies in which the Government of Iran has any direct or indirect equity share; (c) consortiums or projects commissioned by the Government of Iran; or (d) companies involved in consortiums or projects commissioned by the Government of Iran; AND (1) more than 10% of the company's revenues produced in, or assets located in, Iran involve oilrelated activities or mineral-extraction activities; less than 75% of the company's revenues produced in, or assets located in, Iran involve contracts with or provision of oil-related or mineral-extraction products or services to the Government of Iran or a project or consortium created exclusively by that government; and the company has failed to take substantial action; OR (2) the company has, on or after August 5, 1996, made an investment of $20 million or more, or any combination of investments of at least $10 million each that in the aggregate equals or exceeds $20 million in any 12-month period, that directly or significantly contributes to the enhancement of Iran's ability to develop petroleum resources of Iran. NO, the above information does NOT apply to our firm. Signature YES, the above information DOES apply to our firm. We understand that the Owner is required to notify the State Comptroller of this disclosure. Signature 19

20 Federal Taxpayer Identification Number & Legal Status Under penalties of perjury, I certify that is my correct Federal Taxpayer Identification Number. I am doing business as a (please check one): Individual Sole Proprietorship Partnership Corporation Not-for-Profit Corporation Medical and Health Care Services Provider Corporation Real Estate Agent Governmental Entity Tax Exempt Organization (IRC 501 (a) only) Trust or Estate Your Company Name FIRM NAME CONTACT PERSON STREET ADDRESS CITY STATE ZIP CODE _ DEPT. OF HUMAN RIGHTS ID. NO. *If no identification number is indicated, show date on which Form PC-1 was filed with Illinois Department of Human Rights (IDHR). Date Filed With IDHR: TELEPHONE NUMBERS: Toll Free Business No ( ) Fax No. ( ) AUTHORIZED SIGNATURE (MUST BE HAND-WRITTEN) Under penalties of perjury, the undersigned bidder does swear or affirm that: 20

21 V. NO BID REPLY FORM BIDDER: To assist the University in obtaining good competition on our request for bids, we ask that each firm that received an invitation but does not wish to bid state their reasons below. This information will not preclude receipt of future invitations unless you request removal from the Bidder s List by indicating below. We hereby submit a NO BID because: We are not interested in selling through the bid process. We do not wish to bid under the terms and conditions of the Request for Bid document. Please detail objections to these documents below: We do not feel that we can be competitive. We cannot submit a bid because of the marketing or franchising policies of the manufacturing company. We do not wish to sell to a State Agency. Please detail objections below: We do not sell the items on which bids are requested. Other: We wish to: Remain on the Bidder s List Be deleted from the Bidder s List Firm Name: Signature: 21

22 VI. Disclosures of Financial Interests and Potential Conflicts of Interests 1. The form entitled Financial Interests and Potential Conflicts of Interests Disclosures can be found on the web at 2. This form must be completed in full. Please note that Bidders will be rejected if this form is not completed in full and returned with the Bidder s Bid. 22

23 VII. Sample Contract Parties Contract This Contract is entered into between The Board of Trustees of, on behalf of (hereinafter referred to as University ), and with (hereinafter referred to as Contractor ) which has a principal address at. Scope of Services to be Performed Contractor agrees to provide the following services:. A list of attachments is incorporated by reference as follows:. (If additional space is required, please attach a separate sheet to this Contract.) Duration of Contract The term of this Contract shall begin and end. If the date of full execution of this Contract (signature by both parties) is later than the beginning date stated above, the date of full execution shall be considered the beginning of the term. Contractor shall not supply any goods or services prior to full execution of this Contract. Work performed prior to execution of Contract will result in nonpayment by the University. The parties [PLEASE CHECK ONE BOX] may may not renew this Contract upon mutual agreement for an addition term as follows:. In the event that parties choose to renew this Contract, a renewal form must be executed prior to the end date indicated in the preceding paragraph. Rate of Compensation Maximum Price: Maximum price for this Contract is the total compensation for the services specified, plus reasonable and allowable expenses, not to exceed a total of $. Travel Expenses: Reasonable travel expenses not to exceed $ will be reimbursed with prior University approval and in accordance with University policy. (This amount must be included in Maximum Price listed above.) Reimbursement requires appropriate documentation as determined by the University. 23

CERTIFICATIONS AND STATUTORY REQUIREMENTS For Capital Procurement Only Effective July 1, 2010

CERTIFICATIONS AND STATUTORY REQUIREMENTS For Capital Procurement Only Effective July 1, 2010 CERTIFICATIONS AND STATUTORY REQUIREMENTS For Capital Procurement Only Effective July 1, 2010 GENERAL TERMS: Vendor is defined as any entity that is contractually obligated to perform work on behalf of

More information

If the contractor is NOT a US Citizen, do not use this form. Please contact the Foundation Office for instructions with regard to how to proceed.

If the contractor is NOT a US Citizen, do not use this form. Please contact the Foundation Office for instructions with regard to how to proceed. WESTERN ILLINOIS UNIVERSITY FOUNDATION AGREEMENT FOR PROFESSIONAL SERVICES If the contractor is NOT a US Citizen, do not use this form. Please contact the Foundation Office for instructions with regard

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

HVAC Remodel Second Floor North Center Building

HVAC Remodel Second Floor North Center Building Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

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

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

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

TOWN 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 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 information

Request for Quotation

Request for Quotation Return this Quote document via FAX or E-MAIL no later than 3:00 PM, TUESDAY, 01/26/16 to: Attention: ANDREA PARKS STAHL, SR. BUYER Telephone: Fax No.: 210-567-2897 E-mail: PARKSA@UTHSCSA.EDU Facsimile

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

QUALIFICATIONS BASED SELECTION (QBS) QBS #1356PP Remediate the Water Infiltration Problem at the New Academic Library

QUALIFICATIONS BASED SELECTION (QBS) QBS #1356PP Remediate the Water Infiltration Problem at the New Academic Library 1 QUALIFICATIONS BASED SELECTION (QBS) On behalf of Chicago State University we invite your firm to submit a Statement of Qualifications for: QBS #1356PP Remediate the Water Infiltration Problem at the

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

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

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

More information

INSTRUCTIONS TO BIDDERS

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

More information

REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04

REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04 REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04 INTRODUCTION Illinois Valley Community College is accepting sealed proposals for beverage services for

More information

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

More information

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

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

More information

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

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

More information

Document A701 TM. Instructions to Bidders

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

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION INTRODUCTON The City of Fernandina Beach, Florida, is accepting sealed bids at the location

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

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information

Barrington Community Unit School District E. James Street Barrington, IL 60010

Barrington Community Unit School District E. James Street Barrington, IL 60010 Barrington Community Unit School District 220 310 E. James Street REQUEST FOR BID Apple ipad Air 2 Case BID DUE MARCH 30, 2017 Points of Contact: LeeAnn Taylor (847) 842-3550 or ltaylor@barrington220.org

More information

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT 06880 203 341-1002 SPECIFICATION COVER SHEET BID #18-002-BOE VENDOR MUST ENCLOSE TWO COPIES OF THIS SPECIFICATION COVER SHEET and TWO COPIES OF

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION 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 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

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF 3PAR EQUIPMENT

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF 3PAR EQUIPMENT WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT 06880 203 341-1002 SPECIFICATION COVER SHEET VENDOR MUST ENCLOSE TWO COPIES OF THIS SPECIFICATION COVER SHEET and TWO COPIES OF THE BID SPECIFICATIONS

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign

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

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 http://www.asdd.com/ WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 WHEN: 10:00 A.M., CDT, March 16, 2016 INSPECTION: REQUIREMENTS: By appointment between the hours of 9:00 A.M. and 3:00

More information

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

REQUESTS FOR PROPOSALS

REQUESTS FOR PROPOSALS REQUESTS FOR PROPOSALS Consulting Services for the Village of Oswego to Complete a Software Needs Assessment Village of Oswego 100 Parkers Mill Oswego, IL 60543 Proposals must be submitted by Thursday,

More information

Glenwood/Bell Street Well Pump and Piping Construction

Glenwood/Bell Street Well Pump and Piping Construction SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

More information

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR Spray foam services At Wyoming County of Wyoming Animal shelter PRC # 2018009820 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the County of Wyoming

More information

INSTRUCTIONS TO VENDORS

INSTRUCTIONS TO VENDORS REQUEST FOR PROPOSAL MANAGED PRINT SERVICES FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2018-P05 May 29, 2018 Illinois Valley Community College District No. 513 (the College) is accepting sealed

More information

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

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by THE COMMUNITY AND ECONOMIC DEVELOPMENT ASSOCIATION OF COOK COUNTY, INC. Invitation for Bid Specification For Motor Vehicle Storage For CEDA Weatherization Bid Submitted by Bidder: Phone No. Address: Contact

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

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

Union College Schenectady, NY General Purchasing Terms & Conditions

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

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF HP CHROMEBOOKS

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF HP CHROMEBOOKS WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT 06880 203 341-1002 SPECIFICATION COVER SHEET BID #18-013-BOE PURCHASE OF HP CHROMEBOOKS VENDOR MUST ENCLOSE TWO COPIES OF THIS SPECIFICATION COVER

More information

SECTION NOTICE TO BIDDERS

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

More information

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015 CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015 OWNER: City of Des Plaines 1420 Miner Street Des Plaines, Illinois 60016 Owner will receive sealed proposals

More information

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

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

More information

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

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

More information

Invitation for Bid General Contractor for New Waterpark Attractions James Island County Park, Splash Zone & North Charleston Wannamaker

Invitation for Bid General Contractor for New Waterpark Attractions James Island County Park, Splash Zone & North Charleston Wannamaker Invitation for Bid 2018 020 General Contractor for New Waterpark Attractions James Island County Park, Splash Zone & North Charleston Wannamaker County Park, Whirlin Waters December 14, 2017 Contents Bid

More information

Office of the Secretary of State State of Illinois PROCUREMENT OPPORTUNITY

Office of the Secretary of State State of Illinois PROCUREMENT OPPORTUNITY Office of the Secretary of State State of Illinois PROCUREMENT OPPORTUNITY TO: FROM: Bid/Proposal Manager Office of the Secretary of State Budget & Fiscal Management, Purchasing Division 501 S. Second

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847) GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS 60025 (847) 657-3215 DATE: March 8, 2019 SPECIFICATIONS FOR: Spin Bikes and Software BIDS RECEIVED UNTIL: March 27, 2019 2:00pm at Park Center

More information

Description Cost PRE-BID CONFERENCE

Description Cost PRE-BID CONFERENCE IMPORTANT This is NOT an order but a request for sealed bid. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 10 (Plus Attachment A ) REQUEST FOR SEALED BID REQ. NO. 10082841 DATE: 5/31/06 Bids

More information

No late bids will be considered.

No late bids will be considered. CITY OF LEAGUE CITY NOTICE TO BIDDERS BID# 14-017 CITY STREET SWEEPING The City of League City is now accepting sealed bids for services to be rendered in the regular and routine sweeping of certain streets

More information

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION PARTNERS 13-107 PROJECT IDENTIFICATION 000000-1 PROJECT IDENTIFICATION PROJECT: CITY OF NEW BALTIMORE DPS BUILDING ADDITION OWNER: CITY OF NEW BALTIMORE 36535 Green Street New Baltimore, MI 48047 ARCHITECT:

More information

Project Manual Bid Packet and Specifications January 4, 2018

Project Manual Bid Packet and Specifications January 4, 2018 Project Manual Bid Packet and Specifications January 4, 2018 Velodrome Fence & Gate Renovation #2146 1479 Maple Avenue Northbrook, IL 60062 Bid Submission Deadline: January 25, 2018 at 1:30PM Bid Opening:

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

PURCHASING 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 information

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

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

More information

VILLAGE OF ORLAND PARK (Contract for Small Construction or Installation Project) This Contract is made this day of, 20 by and between the Village

VILLAGE OF ORLAND PARK (Contract for Small Construction or Installation Project) This Contract is made this day of, 20 by and between the Village VILLAGE OF ORLAND PARK (Contract for Small Construction or Installation Project) This Contract is made this day of, 20 by and between the Village of Orland Park (hereinafter referred to as the VILLAGE

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25 City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES 1. GENERAL STATEMENT OF PURPOSE Scott County is soliciting proposals for the services of a qualified contractor to perform a general reassessment

More information

W I T N E S S E T H:

W 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 information

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT 06880 203 341-1002 SPECIFICATION COVER SHEET BID #16-025-BOE PURCHASE OF DATAMATION CHROMEBOOK CARTS VENDOR MUST ENCLOSE TWO COPIES OF THIS SPECIFICATION

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

PURCHASING SPECIFICATION

PURCHASING SPECIFICATION PURCHASING SPECIFICATION Subject: REQUEST FOR HOTEL RATES TEMPORARY RELOCATION SERVICES Lead Education Awareness and Control [LEAC] Program / Request for Rates Page No: 1 of 9 Effective Date: June 4, 2012

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL 200 W. MAPLE AVE. MUNDELEIN, IL 60060 Issued for Bid: June 30, 2017 NOTICE OF INVITATION TO BID RE: MUNDELEIN

More information

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

GENERAL 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 information

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

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

INVITATION FOR BID SEALED BID BOARD OF TRUSTEES OF WESTERN ILLINOIS UNIVERSITY

INVITATION FOR BID SEALED BID BOARD OF TRUSTEES OF WESTERN ILLINOIS UNIVERSITY INVITATION FOR BID SEALED BID BOARD OF TRUSTEES OF WESTERN ILLINOIS UNIVERSITY Purchasing Office 227 Sherman Hall Macomb, IL 61455 309/298-1819 FAX 309/298-1927 Company: Address: BID NUMBER: R274759 PROJECT

More information

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

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

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

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

SUBCONTRACT CONSTRUCTION AGREEMENT

SUBCONTRACT CONSTRUCTION AGREEMENT SUBCONTRACT CONSTRUCTION AGREEMENT THIS SUBCONTRACT CONSTRUCTION AGREEMENT, made and executed this day of, 20, by and between SHERWOOD CONSTRUCTION, INC (hereinafter referred to as "Contractor"), and (hereinafter

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Communications Tower BID OPENING DATE: August 25, 2014 TIME: 2:00 P.M.

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Request for Proposals For Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Page 1 of 17 Request For Proposals Table of Contents SECTION 1: GENERAL INFORMATION

More information

Invitation To Bid. for

Invitation To Bid. for PLYMOUTH TOWNSHIP POLICE DEPARTMENT Thomas J. Tiderington, Chief of Police 9955 N Haggerty Rd Plymouth, MI 48170 (734) 354-3232 Invitation To Bid for TOWING SERVICES Contact: Lieutenant Daniel Kudra Phone:

More information

St. George CCSD #258

St. George CCSD #258 St. George CCSD #258 ATTENTION Please read specifications for complete proposal instructions! Specifications Mowing and Lawn Services Proposals Due At: St. George CCSD #258 5200 E. Center Street Bourbonnais,

More information

SMALL WORKS ROSTER APPLICATION FORM

SMALL WORKS ROSTER APPLICATION FORM SMALL WORKS ROSTER APPLICATION FORM BETHEL SCHOOL DISTRICT NO. 403 PURCHASING 516 176 TH STREET EAST SPANAWAY WA 98387 Telephone: (253) 683-6078 Fax: (253) 683-6079 Per RCW 25A.335.190, the undersigned

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): Project University of Maine at Farmington THE OWNER: (Name and address):

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION 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 information

Deluxe Corporation Purchase Terms and Conditions

Deluxe Corporation Purchase Terms and Conditions Deluxe Corporation Purchase Terms and Conditions The following standard purchase terms and conditions only apply to purchasing transactions (including but not limited to purchase orders) that do not have

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County 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 information