EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1241P NORTH TRUMBLE RECYCLED WATER PONDS EXPANSION PROJECT NOTICE INVITING BID

Size: px
Start display at page:

Download "EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1241P NORTH TRUMBLE RECYCLED WATER PONDS EXPANSION PROJECT NOTICE INVITING BID"

Transcription

1 EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1241P NORTH TRUMBLE RECYCLED WATER PONDS EXPANSION PROJECT NOTICE INVITING BID NIB-1. Receipt of Bids. Sealed proposals (bids) for this project will be received and time-stamped by Eastern Municipal Water District no later than 2:00 p.m., MONDAY, JUNE 8, 2015 (from time stamp clock) at which time and place they will be publicly opened. Hand deliver/fed Ex your bid to: EMWD, 2270 Trumble Road, Perris, CA, Mail your bid to: EMWD, P O Box 8300, Perris, CA Bids are received at the Operations and Maintenance Center lobby only. Please follow the VENDORS/BIDDERS signs to the Operations and Maintenance parking lot, enter the lobby, and have your bids time-stamped by the Receptionist. NIB-2. Contract Documents. The contract documents, which include instructions to bidders, plans and specifications, are available at To view and download these documents, navigate to Construction and select Public Works Projects Open Bids. Please complete the Planholder Registration form to receive notification of addenda issued. Bidders shall use full size drawings to prepare bid. To purchase a CD of the contract documents, mail your request and a check in the amount of $5.00 (includes sales tax; non-refundable) as follows: Eastern Municipal Water District, Field Engineering, Attn: Jennifer Morgenstern Regular or Express mail: P.O. Box 8300, Perris, CA UPS or Federal Express: 2270 Trumble Road, Perris, CA For faster service, please provide your Federal Express account number Plans and Specifications may also be viewed at the District's office, 2270 Trumble Road, Perris, CA. A limited number of CD s will be available for purchase at the pre-bid walk-through meeting. Please bring checks only. NIB-3. Location and Description of Work. The work to be constructed is located at the following sites in Riverside County, California: 1. North Trumble Ponds 1 South of Ellis Avenue between Bradley Road and Sherman Road; Thomas Guide grid 808-C5. 2. Existing Trumble Pond Southwest of the intersection of Vista Road and Trumble Road; Thomas Guide grid 808-C5. 3. Case Road Pond Southeast of the intersection of Case Road and Hull Road on the PVRWRF site; Thomas Guide grid 808-C7. NIB-1

2 Under these Specifications the Contractor shall perform all work to construct the earthen recycled water storage pond (North Trumble Pond 1) with a total capacity of approximately 900 AF with associated floating pump stations, inlet and outlet piping, electrical, and SCADA equipment. The work also involves improvements to two existing earthen recycled water storage ponds (Existing Trumble Pond and Case Road Pond), which primary involve pump station and piping improvements, and associated electrical and SCADA system upgrades, in accordance with these specifications and the contract drawings. NIB-4. Mandatory Pre-Bid Walk-Through will be conducted by EMWD on TUESDAY, APRIL 28, 2015 at 9:00 a.m., meeting first at the intersection of Trumble Road and Vista Road in Perris, California subsequently proceeding onto the Perris Valley RWRF facility located at Case Road in Perris, California in Riverside County. Please refer to the Pre Bid Walk Thru Map and Directions. Please arrive promptly! All bidders must have an employee of their firm sign-in and attend the mandatory pre-bid walk-through meeting (both sites). Failure to do so shall deem your bid non-responsive. Personal Protective Equipment (PPE). For your safety, attendees shall bring and wear hard hats, safety vests, and close-toed shoes, if construction is present. QUESTIONS: All questions must be submitted in writing by 5:00 p.m. on FRIDAY, MAY 1, 2015 to Mr. Fermin Balvaneda c/o Jennifer Morgenstern; balvanef@emwd.org & morgensj@emwd.org. Questions received after this time may not be responded to. NIB-5. Contract Bonds. All bonds shall be executed by admitted surety insurers, as defined in Code of Civil Procedure section Each proposal must be accompanied by a certified check or satisfactory surety bond (by utilizing the District s Bid Bond form BD-1) for not less than 10% of the bidder's total contract price as a guarantee that the bidder shall, within seven (7) days after the mailing of a notice of acceptance of bid by the District to the bidder, enter into the written contract supplied by the District. The District shall return the bid bond, upon request. The Contractor shall furnish a faithful performance bond in an amount equal to 100% of the amount of the contract and a labor payment bond in an amount equal to 100% of the contract amount. Pursuant to Section (a) of the Code of Civil Procedure, the Contractor shall submit the following documents with the performance and payment bonds: (1) The original, or a certified copy, of the unrevoked appointment, power of attorney, bylaws, or other instrument entitling or authorizing the person who executed the bond to do so; (2) A certified copy of the certificate of authority of the insurer issued by the State of California s Insurance Commissioner; and (3) Copies of the insurer's most recent annual and quarterly statements filed with the Department of Insurance. NO PAYMENT SHALL BE MADE UNTIL THE BONDS ARE APPROVED BY THE DISTRICT NIB-2

3 NIB-6. Safety. Safety of all activities in connection with the work is of paramount and overriding importance to the District. The District is recognized by the California Occupational Safety and Health Administration (Cal OSHA) as an active participant in the California Voluntary Protection Program (Cal VPP). The District is designated a Cal STAR site due to our high-level commitment to safety. Bidders on this project will be required to comply with and meet all applicable Cal OSHA requirements of Title 8 of the California Code of Regulations, including their current Injury and Illness Prevention Plan, T8 CCR Section A safety conference shall be scheduled prior to the preconstruction conference to review the experience modification rating, the respective safety requirements, and to discuss implementation of all health and safety provisions related to this project. A safety conference shall be scheduled prior to the preconstruction conference to review the respective safety requirements and to discuss implementation of all health and safety provisions related to this project. NIB-7. Contract Time. No bid or bid security may be withdrawn for one hundred and fifty (150) calendar days after the date bids are received. The successful bidder shall, within seven (7) calendar days after the District mails a notice of acceptance of bid, return the signed agreement and bonds, and attend the pre-construction conference at the District office. The contract period shall commence seven (7) calendar days from the date of the Notice-of-Acceptance-of-Proposal. The Contractor shall complete all work, including testing, within three hundred and sixty five (365) calendar days. NIB-8. Contractor Classification. Bidders on this work will be required to be licensed by the State of California as Classification A - General Engineering Contractor at the time of the bid and at the time of award as such license is defined in Section 7056 and/or Section 7058 of the Business and Professional Code and Section 732 of the California Administrative Code. NIB-9. State Revolving Fund Program. Funding for this project is expected to be provided in full or in part by the Clean Water State Revolving Fund (Proposition 1 Water Recycling Funding Program) through an agreement with the State Water Resources Control Board (SWRCB) and Eastern Municipal Water District. Contractor and subcontractors shall comply with all applicable federal and state laws, rules, regulations, including but not limited to the following included in these specifications: Supplemental Special Conditions (SRF Funding Requirements) Appendix G - American Iron & Steel Requirements Appendix H - Disadvantage Business Enterprises (DBE) Good Faith Effort Compliance Guidelines Appendix I - Davis-Bacon Requirements Appendix J - Davis-Bacon wages NIB-3

4 NIB-10. System For Award Management (SAM) Registration and Dun & BradStreet Number. Contractors must maintain current registrations in the SAM Registration ( A Dun and Bradstreet Data Universal Numbering System (DUNS) Number ( is one of the requirements for registration. Contractors are to complete page C-03.1 SAM & DUNS Number form and submit with their bid. NIB-11. Debarment and Suspension. Contractors and Subcontractors shall comply with Executive Order 12549; 40 CFR Part 31.35, Gov. Code 4477, Debarment and Suspension, and certify to the best of its knowledge and belief, that: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any federal department or agency; (b) Have not within a three (3) year period preceding this Agreement been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any of the offenses enumerated in paragraph (b) of this certification; and (d) Have not within a three (3) year period preceding this application/proposal had one or more public transactions (federal, state or local) terminated for cause or default. Contractor shall include similar conditions requiring compliance with the above provision in all of its contracts and subcontracts. NIB-12. American Iron and Steel Consolidated Appropriations Act of This project is subject to the Consolidated Appropriations Act of 2014 (Public Law ), which includes an "American Iron and Steel (AIS)" requirement for projects funded by the Clean Water State Revolving Fund (CWSRF) and Drinking Water State Revolving Fund (DWSRF) to use iron and steel products that are produced in the United States for projects for the construction, alteration, maintenance, or repair of a public water system or treatment works. An iron and steel product is one of the following made primarily of iron or steel that is permanently incorporated into the public water system or treatment works: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. NIB-4

5 In order to assure compliance with the AIS requirement, a step process certification is required. The General Contractor shall submit with each submittal a step process certification letter from each handler (supplier, fabricator, manufacturer, processor, etc) of the iron and steel products, certifying that their step in the process was domestically performed. Alternatively, the final manufacturer that delivers the iron or steel product to the worksite, vendor, or contractor, may provide a delivered product certification letter asserting that all manufacturing processes occurred in the US. Information on the American Iron and Steel requirements and sample certification forms are provided in Appendix G. NIB-13. Disadvantaged Business Enterprises (DBE). This project is subject to requirements funded under the State Water Resources Control Board s State Revolving Fund Program, which requires Contractors to cooperate with and exercise Good Faith efforts to achieve participation of disadvantaged business enterprises (DBEs). If a Contractor subcontracts any work for construction, supplies, equipment or services, Contractors must follow the DBE Good Faith efforts, prior to the bid opening date. Bidders must show a real desire to outreach to DBE firms for construction, supplies, equipment, or services not performed by the Contractor s own workforce by placing solicitations in construction trade journals and the MBDA, outreach through the SBA, and are strongly encourage to contact CalTrans UCP Outreach program, to ensure DBEs are made aware of contracting opportunities to the fullest extent practical. Additionally, bidders must advertise solicitations for bids/proposals one time, a minimum of 30 calendar days before the bid opening date, in a newspaper of general circulation, including posting solicitations to the SBA, MBDA and CALTRANS. Proof of advertisement (Affidavit of Publication) in a newspaper of general circulation shall be submitted with the Good Faith Effort (GFE). Refer to Appendix H for details. In submitting a bid, the Contractors shall, in the selection of any and all contractors, subcontractors, and vendors for the procurement of equipment, supplies, construction, and services related to the project, undertake the affirmative steps as described in Appendix H. DBE Good Faith Effort Forms Required at Time of Bid: Bidders shall submit the following forms with their bid to be considered a responsive bidder: EPA Form : DBE Sub-Contractor Performance Form Attach proof of DBE certification from one of the following: US Environmental Protection Agency (USEPA) Small Business Administration(SBA) Department of Transportation s State implemented DBE Certification Program (with U.S. citizenship) Tribal, State and Local governments Independent private organization certification EPA Form : DBE Sub-Contractor Utilization Form DBE Form: Bidders List NIB-5

6 Good Faith Effort Documentation by all Bidders: All Bidders shall prepare and submit the Good Faith Effort documentation (2 hard copies in binders plus 1 electronic copy on CD in Searchable PDF format) with their Bid Proposal; otherwise no later than 3 working days following the bid opening showing that, prior to the bid opening, all necessary good faith efforts were made. Failure to show evidence of GFE taken prior to bid opening and submit the documentation as specified herein may cause your bid to be rejected. Refer to Appendix H Disadvantage Business Enterprises (DBE) Good Faith Effort Compliance Guidelines for instructions and complete details. NIB-14. Non-Discrimination. Bidders on this work will be required to comply with the provisions of the California Labor Code and with the President's Executive Order No and supplements thereto. The requirements under this order are explained in the Supplemental Special Conditions in these specifications. All Bidders, awarded Contractor and subcontractors shall adhere to the Non-Discrimination requirements found in the Supplemental Special Conditions, Non-Discrimination Clause. NIB-15. Minimum Wages. This project is subject to both California Labor Code and Davis Bacon prevailing wage rates. In accordance with California Code of Regulations, Title 8, Section 16001(b) and State Labor Code Sections 1771, , 1813, and 1815, the application of State prevailing wage rates, when higher, is required whenever federally funded or assisted projects are controlled or carried out by California awarding bodies of any sort. The Contractor and subcontractors shall pay the higher of the two prevailing wages. California Prevailing Wage Rates. In accordance with the provisions of the California Labor Code, the Director of Industrial Relations has ascertained the general prevailing rates of wages and the general prevailing rates for legal holiday and overtime work in Riverside County (refer to Section F-General Conditions). Copies of said rates are on file at the office of the District, which copies shall be made available for review to any interested party on request. The successful bidder shall post a copy of such determinations at the jobsite. Davis-Bacon Prevailing Wage. Contractor and subcontractors shall be in compliance with Davis-Bacon prevailing wage rate determinations requirements for this project as defined in Appendix I. Copy of the Davis-Bacon Prevailing Wages are attached hereto to the specification as Appendix J. If any wage determination changes 10 days before the bid opening, the District shall issue an addendum and incorporate the revised wage determination accordingly. The Contractor and subcontractors shall pay, at a minimum, the latest federal wage rate incorporated into the specifications, unless State prevailing wage is higher. U.S. Department of Labor Apprenticeship Programs All apprentices working on construction projects financed through CWSRF agreements must be registered in a bona fide apprenticeship program recognized by the Bureau of Apprenticeship and Training, U.S. Department of Labor (DOL). NIB-6

7 The California Department of Industrial Relations (CDIR) and the California Apprenticeship Council (CAC) is no longer recognized by the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship (DOL/ETA OA). To obtain DOL Apprenticeship Program and allowable ratio of apprentice to journeyman documentation, please Rick Davis, DOL/ETA OA at Jobsite Interviews. Jobsite interviews shall be conducted during working hours on a periodic basis with a sufficient number of employees to ensure that contractors or subcontractors are in compliance with paying the appropriate prevailing wage rate. As provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. Refer to the Supplemental Special Conditions, Appendix I, and Appendix J for details. NIB-16. Public Works Requirements California Administrative Code, Title 8, Group 3, Section apply, which are/include: A. all applicable requirements of sections 1771, , 1813, and B. the appropriate number of apprentices are on the job site, as set forth in Labor Code Section C. workers' compensation coverage, set forth in Labor Code Sections 1860 and D. to keep accurate records of the work performed on the public works project, as set forth in Labor Code Section E. inspection of payroll records pursuant to Labor Code Section 1776, and as set forth in Section (e) of these regulations. F. and other requirements imposed by law. NIB-17. Public Works Contractor Registration. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Pursuant to Section of the Labor Code, no contractor or subcontractor (including soils, survey and inspection subject to prevailing wage) shall be qualified to bid on, be listed in a bid proposal (submitted on or after March 1, 2015), or engage in the performance of any contract for public work unless currently registered with the Department of Industrial Relations to perform public work pursuant to Section of the Labor Code. It shall not be a violation of this section for an unregistered contractor to submit a bid that is authorized by Section of the Business and Professions Code or by Sections or of the Public Contract Code, provided the contactor is registered to perform public work pursuant to Section at the time the contract is awarded. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section NIB-7

8

9 Pre-Bid Walk-thru Map and Directions PLEASE NOTE: 2 sites shall be visited. 1 st Location: Intersection of Trumble Road and Vista Road in Perris, proceeding to the 2 nd location: Perris Valley RWRF. Bidders must sign in at both locations to receive credit for attendance. 1 st Location: Trumble Rd & Vista Rd, Perris From South of I-215 going North Bound: Take Exit CA-74 E towards Hemet. Turn Left (east) onto CA-74 E. Turn Left onto Trumble Rd. Proceed to the intersections of Trumble Road and Vista Road in Perris to attend the 1 st meeting Pre-Bid Walk-Thru Map/Directions

10 2nd Location: PVRWRF 1301 CASE ROAD, PERRIS, CA From Trumble Road and Vista Road: Head South on Trumble Rd. Turn Right (West) onto CA-74 E. Turn Left onto Boonie Dr. Proceed to the Perris Valley RWR facility in Perris to attend the 2 nd meeting Pre-Bid Walk-Thru Map/Directions

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1264P ALESSANDRO POND OPTIMIZATION PHASE I NOTICE INVITING BID

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1264P ALESSANDRO POND OPTIMIZATION PHASE I NOTICE INVITING BID EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1264P ALESSANDRO POND OPTIMIZATION PHASE I 2018 NOTICE INVITING BID NIB-1. Receipt of Bids. Sealed proposals (bids) for this project will be received

More information

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1319W POTABLE WATER WELL NO NOTICE INVITING BID

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1319W POTABLE WATER WELL NO NOTICE INVITING BID EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1319W POTABLE WATER WELL NO. 38 2017 NOTICE INVITING BID NIB-1. Receipt of Bids. Sealed proposals (bids) for this project will be received and timestamped

More information

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1284W - REBID PARADISE MEADOWS 5.0 MG TANK NOTICE INVITING BID

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1284W - REBID PARADISE MEADOWS 5.0 MG TANK NOTICE INVITING BID EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1284W - REBID PARADISE MEADOWS 5.0 MG TANK 2016 NOTICE INVITING BID NIB-1. Receipt of Bids. Sealed proposals (bids) for this project will be received

More information

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1235S WINE COUNTRY INFRASTRUCTURE PROJECT LOMA VENTOSO LIFT STATION 2014 NOTICE INVITING BID

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1235S WINE COUNTRY INFRASTRUCTURE PROJECT LOMA VENTOSO LIFT STATION 2014 NOTICE INVITING BID EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1235S WINE COUNTRY INFRASTRUCTURE PROJECT LOMA VENTOSO LIFT STATION 2014 NOTICE INVITING BID NIB-1. Receipt of Bids. Sealed proposals (bids) for this

More information

LIST OF PREQUALIFIED GENERAL CONTRACTORS ELIGIBLE TO BID

LIST OF PREQUALIFIED GENERAL CONTRACTORS ELIGIBLE TO BID EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1322 AQUASEL BRINE CONCENTRATION DEMONSTRATION 2017 NOTICE INVITING BID NIB-1. Receipt of Bids. Sealed proposals (bids) for this project will be received

More information

S.C. Department of Health and Environmental Control State Revolving Fund

S.C. Department of Health and Environmental Control State Revolving Fund S.C. Department of Health and Environmental Control State Revolving Fund Guide to Permit Application for SRF Clean Water or Drinking Water Projects that are designated as Non-Equivalency Projects and/or

More information

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1169W PERRIS WATER FILTRATION PLANT REJECT RECOVERY FACILITY NOTICE INVITING BID

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1169W PERRIS WATER FILTRATION PLANT REJECT RECOVERY FACILITY NOTICE INVITING BID EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1169W PERRIS WATER FILTRATION PLANT REJECT RECOVERY FACILITY NOTICE INVITING BID NIB-1. Receipt of Bids. Sealed proposals (bids) for this project will

More information

SECTION IV CONTRACT BID NUMBER

SECTION IV CONTRACT BID NUMBER SECTION IV CONTRACT BID NUMBER 171006 THIS AGREEMENT made and entered into this day of, 2017, between PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY (hereinafter called the "District") and, located at

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)

More information

APPENDIX B MISSOURI SERVICE-DISABLED VETERAN BUSINESS PREFERENCE (Applies to non-federal funded projects)

APPENDIX B MISSOURI SERVICE-DISABLED VETERAN BUSINESS PREFERENCE (Applies to non-federal funded projects) APPENDIX B MISSOURI SERVICE-DISABLED VETERAN BUSINESS PREFERENCE (Applies to non-federal funded projects) By virtue of statutory authority, RSMo 34.074, a preference will be given all contracts for the

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Membrane Roof and Skylights Bid Due Date: April 27, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

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

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

More information

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0056-B01 Contract Name/Description: A. Chester Redshaw Elementary

More information

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS MUST BE SUBMITTED BY 4:00 PM DECEMBER 29, 2016 TO: MR. TONY LENTYCH EXECUTIVE DIRECTOR TRAVERSE CITY

More information

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0061-B01 Contract Name/Description: New Joseph C. Caruso

More information

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Notice to Bidders. No faxed or  ed bids will be accepted. Bids received after the closing time will not be accepted. KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at

More information

REQUEST FOR BIDS MINOR REPAIRS

REQUEST FOR BIDS MINOR REPAIRS REQUEST FOR BIDS MINOR REPAIRS SOLICITATION #A10-01-17-3415 SEQUOYAH COUNTY Bids Due: February 16, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482

More information

Request for Qualifications Number 1470 General Construction Services

Request for Qualifications Number 1470 General Construction Services RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Request for Qualifications Number 1470 General Construction Services Richardson Independent School District

More information

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts. BOARD POLICY NO. 024 PROCUREMENT AND CONTRACTING CONSTRUCTION Purpose To establish a method for administering SANDAG construction contracts. Background Public Utilities Code section 132352.4 states that

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Heath Services- RFB Panduit Cable Bid Due Date: March 11, 2016 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

Housing Authority of the Cherokee Nation  REQUEST FOR BIDS HANDICAP RENOVATION Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS HANDICAP RENOVATION Kenneth Henson / Cherokee County Solicitation # 2015-001- 051 Bid Due Date: April 16th, 2015 at 10:00 A.M.

More information

TERRITORY ENTIRE STATE NEW JERSEY DEPARTMENT OF LABOR AND WORKFORCE DEVELOPMENT PREVAILING WAGE RATE DETERMINATION

TERRITORY ENTIRE STATE NEW JERSEY DEPARTMENT OF LABOR AND WORKFORCE DEVELOPMENT PREVAILING WAGE RATE DETERMINATION TERRITORY ENTIRE STATE NEW JERSEY DEPARTMENT OF LABOR AND WORKFORCE DEVELOPMENT PREVAILING WAGE RATE DETERMINATION E RICIAN- UTILITY WORK (SOUTH) Rates Expiration Date: 11/30/2010 Effective Date: 11/15/2010

More information

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Housing Authority of the Cherokee Nation   REQUEST FOR BIDS Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS Solicitation #2015-001-060 Auction Services Bid Due Date: Thursday May 7th, 2015 at 10:00 A.M. Housing Authority of the Cherokee

More information

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 REQUEST FOR PROPOSAL FOR American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Kitchen Remodel Tahlequah, Ok Bid Due Date: June 25, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

REQUEST FOR BIDS RENOVATION

REQUEST FOR BIDS RENOVATION REQUEST FOR BIDS RENOVATION NATASHA KIRK UNIT ADAIR COUNTY Bids Due: November 7th, 2017 @ 10:00 a.m. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 1 (918) 456-5482 Housing

More information

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker REQUEST FOR PROPOSAL FOR Spokane Tribal Benefits Broker PROPOSAL Number: RFP17-023 BY: SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT, WA 99040 KEY

More information

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS The offeror represents and certifies as part of the offer that: (Check or complete all applicable boxes or blocks.) 1. TYPE

More information

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME SOLICITATION #A10-03-17-3483 TULSA COUNTY Bid Due Date: May 17, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah,

More information

PREQUALIFICATION PACKAGE FOR

PREQUALIFICATION PACKAGE FOR PREQUALIFICATION PACKAGE FOR THERMAL ENERGY STORAGE TANK REHABILITATION (REVISED) PROJECT 17-59 Due Date and Location for Submittal: 2:00 pm on Monday, December 18, 2017 City Clerk City of Beverly Hills

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Town of Londonderry, NH Planning and Engineering Professional Review Services Request for Proposals (RFP) The Town of Londonderry, New Hampshire (Town), through the office of the Town Manager, and with

More information

REQUEST FOR BIDS MINOR REPAIRS

REQUEST FOR BIDS MINOR REPAIRS REQUEST FOR BIDS MINOR REPAIRS SOLICITATION #A10-10-17-3755 ROGERS COUNTY Bids Due: November 7, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482

More information

REQUEST FOR BIDS MODERNIZATION

REQUEST FOR BIDS MODERNIZATION REQUEST FOR BIDS MODERNIZATION 3 MODERNIZATION UNITS LOCATED IN SEQUOYAH COUNTY Bids Due: January 15th, 2019 @ 10:00 a.m. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 1 (918)

More information

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT Regular Meeting Agenda Item 8B January 21, 2014 Action REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT Recommendation: Staff will make a recommendation to award a contract

More information

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office PROPOSAL REQUEST 20160621-01 NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office SUMNER COUNTY BOARD OF EDUCATION SUMNER COUNTY, TENNESSEE Purchasing Staff Contact:

More information

REQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M.

REQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M. REQUEST FOR BIDS Installation of 6 Chain Link Fence & Gates Bids Due: December 12th, 2016 at 10:00 A.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482 Housing

More information

WATER POLLUTION CONTROL LOAN FUND (WPCLF) SUPPLEMENTARY PROVISIONS

WATER POLLUTION CONTROL LOAN FUND (WPCLF) SUPPLEMENTARY PROVISIONS 00 41 12 WATER POLLUTION CONTROL LOAN FUND (WPCLF) SUPPLEMENTARY PROVISIONS March 26, 2013 0 DISADVANTAGED BUSINESS ENTERPRISES (DBE) UTILIZATION USEPA has a program to encourage the participation of disadvantaged

More information

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

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

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012, Rev 2 SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3.

More information

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN by the, State of California, that sealed bids for Work in accordance

More information

Request for Quotes (RFQ) For Graphic design services

Request for Quotes (RFQ) For Graphic design services Request for Quotes (RFQ) For Graphic design services Issued by: Washington County Department of Public Health and Environment (PHE) Date: 10/27/2016 The issuance of this RFQ constitutes only an invitation

More information

TCL&P Facilities HVAC Improvements (specifications attached)

TCL&P Facilities HVAC Improvements (specifications attached) Date: April 3, 2018 Bidder: (TCL&P) will receive sealed bids in the office of TCL&P, 1131 Hastings Street, Traverse City, Michigan, 49686, until April 13, 2018 at 12:00 PM for the following project: TCL&P

More information

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums: ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

More information

11. Payments. 5. Compliance Verification

11. Payments. 5. Compliance Verification clause providing that the records to be maintained under this paragraph shall be made available by the Contractor or Subcontractor for inspection, copying, or transcription by authorized representatives

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Freezer Merchandiser Bid Due Date: August 27, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST Freezer

More information

C17FT RPM PHASE ONE - March 20, 2017 BROADWAY SUBSTATION UPGRADE

C17FT RPM PHASE ONE - March 20, 2017 BROADWAY SUBSTATION UPGRADE 2017-0017.07 C17FT101957232 RPM PHASE ONE - March 20, 2017 BROADWAY SUBSTATION UPGRADE PART 3 - ATTACHMENTS ATTACHMENT A: ATTACHMENT B: ATTACHMENT C: ATTACHMENT D: ATTACHMENT E: ATTACHMENT F: ATTACHMENT

More information

REPRESENTATIONS AND CERTIFICATIONS

REPRESENTATIONS AND CERTIFICATIONS REPRESENTATIONS AND CERTIFICATIONS The Offeror identified below certifies to the following facts. The full text of the representations and certifications made below (and referenced to the right of each

More information

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee PROPOSAL REQUEST Type I and Type II Ambulances For the Sumner County Emergency Medical Services Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 34-130717 July, 2013 Introduction

More information

REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR QUALIFICATIONS (RFQ) Wayne Metropolitan Community Action Agency WRAP Water Conservation Plumbing Repair Services REQUEST FOR QUALIFICATIONS (RFQ) Issued: Tuesday, December 11, 2018 Posted at: waynemetro.org/request-for-proposal/

More information

ADDENDUM NO. 1. Date: March 7, Accessible Ramp at Saddleback College. Bid No South Orange County Community College District

ADDENDUM NO. 1. Date: March 7, Accessible Ramp at Saddleback College. Bid No South Orange County Community College District ADDENDUM NO. 1 Date: March 7, 2018 Accessible Ramp at Saddleback College Bid. 2071 South Orange County Community College District General-All project documents including contract documents, drawings, and

More information

March 11, Dear Property Owner,

March 11, Dear Property Owner, March 11, 2019 Dear Property Owner, Timothy Ingram, Health Commissioner 250 William Howard Taft Road Cincinnati, OH 45219 Phone: 513.946.7800 Fax: 513.946.7890 hcph.org Hamilton County Public Health (HCPH)

More information

ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS

ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS Page: 1 of 10 Date: 12AP16 ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS If Offeror has completed the annual representations and certifications electronically, via the System for Award Management

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

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM Invitation to Bid 20150224 RFP-VISITOR MANAGEMENT SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,

More information

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail Invitation to Bid 20181101-CO WIRE BASKETS Sumner County Sheriff s Office /Jail Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport

More information

CONSTRUCTION AGREEMENT

CONSTRUCTION AGREEMENT CONSTRUCTION AGREEMENT THIS AGREEMENT, made and entered into this First (1 st ) day of January, 2017 until December 31, 2017 by and between HABITAT FOR HUMANITY OF PINELLAS COUNTY, INC., hereinafter called

More information

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION Acquisition Management On behalf of Career Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000

More information

D. Type of work or services performed:

D. Type of work or services performed: RED+F SUBCONTRACTOR QUALIFICATION QUESTIONNAIRE INFORMATION TO BE FURNISHED BY A CONTRACTOR (Note: The term Contractor also refers to Subcontractors.) All questions on this questionnaire must be answered;

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Issued: December 2, 2016 City Auditorium Bathroom Remodel Project Design-Build Project STATEMENTS OF QUALIFICATIONS ARE DUE BY 3:00 P.M. TUESDAY, JANUARY 10, 2017 1.0 REQUEST

More information

CDBG-DR PUBLIC INFRASTRUCTURE PROGRAM REQUIRED PROCUREMENT AND CONTRACT DOCUMENTS

CDBG-DR PUBLIC INFRASTRUCTURE PROGRAM REQUIRED PROCUREMENT AND CONTRACT DOCUMENTS ADDENDUM TO CONTRACT CDBG-DR PUBLIC INFRASTRUCTURE PROGRAM REQUIRED PROCUREMENT AND CONTRACT DOCUMENTS INSTRUCTION TO BCC PARTNERS AND SPECIAL DISTRICTS This packet contains general conditions for use

More information

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 5/16/2013 Project 130251 Addendum No. 5 PID No. 80695 LUC IR 475

More information

Request for Quotation For Lawn Care Treatment

Request for Quotation For Lawn Care Treatment PAGE 1 OF 11 Request for Quotation For Lawn Care Treatment Head Start of Greater Dallas, Inc. is requesting quotes on Lawn Care Treatment which is designed to deliver positive results for weed control

More information

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS Acquisition Management On behalf of Health Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 REQUEST FOR PROPOSAL

More information

Subrecipients may obtain wage determinations from the U.S. Department of Labor s web site,

Subrecipients may obtain wage determinations from the U.S. Department of Labor s web site, PREVAILING WAGES If the project is expected to exceed $50,000 in cost then the contractor will be required to conform with the Oregon Bureau of Labor and Industry requirement for wages and payroll submittals.

More information

CONSTRUCTION CONTRACT AND CONTRACT FORMS

CONSTRUCTION CONTRACT AND CONTRACT FORMS Lorain County Public Health Water Pollution Control Loan Fund (WPCLF) Household Sewage Treatment System Repair/Replacement/Sewer Connection Program 2018-19 CONSTRUCTION CONTRACT AND CONTRACT FORMS CONTRACT

More information

Macomb County Department of Roads

Macomb County Department of Roads Macomb County Department of Roads Request for Qualifications for ENGINEERING SERVICES: TRAFFIC SIGNAL OPERATIONS SERVICES The Macomb County Department of Roads (MCDR) is soliciting Qualification Statements

More information

PROPOSAL PACKAGE INFORMATION SHEET

PROPOSAL PACKAGE INFORMATION SHEET PROPOSAL PACKAGE INFORMATION SHEET SPECIFICATION NO. 1328W LAS PALMAS WATER PIPELINE INSTALL PROJECT NOTICE TO BIDDERS: The attached Proposal Package, when completed by you and returned to this District,

More information

PROPOSAL REQUEST. Sumner County Emergency Medical Service

PROPOSAL REQUEST. Sumner County Emergency Medical Service PROPOSAL REQUEST Mechanical CPR Device For the Sumner County Emergency Medical Service SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 20180801-CO July 2018-June 2019 Introduction Sumner County

More information

Invitation to Bid ROBOTIC CAMERA SYSTEM

Invitation to Bid ROBOTIC CAMERA SYSTEM Invitation to Bid 012716 ROBOTIC CAMERA SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for

More information

Federal Certification Forms

Federal Certification Forms Federal Certification Forms Document 1. HUD Certificate Regarding Debarment and Suspension Instructions for Completion Submit with contract at execution. 2. EEO Certification Submit with contract at execution.

More information

Invitation to Bid. DESCRIPTION OF WORK: New, Domestically Produced Turnout Frogs conforming to the attached Pan Am Railways specifications.

Invitation to Bid. DESCRIPTION OF WORK: New, Domestically Produced Turnout Frogs conforming to the attached Pan Am Railways specifications. Invitation to Bid NORTHERN NEW ENGLAND PASSENGER RAIL AUTHORITY DOMESTICALLY PRODUCED TURNOUT FROGS 2017 AMTRAK DOWNEASTER CAPITAL MAINTENANCE PROJECT BID # 17-007 BID OPENING TIME AND LOCATION: Sealed

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

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE SELECTION OF ARCHITECTS. ENGINEERS AND CONSULTANTS (including Underwriters and Financial Advisors) RULES OF THE RHODE ISLAND

More information

Invitation to Bid BULK MOTOR OIL

Invitation to Bid BULK MOTOR OIL Invitation to Bid 20151020 BULK MOTOR OIL Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for 20151020

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

The City of Moore Moore, Oklahoma

The City of Moore Moore, Oklahoma The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite

More information

ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE HOUSING AUTHORITY OF THE CITY OF MCKINNEY, TEXAS

ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE HOUSING AUTHORITY OF THE CITY OF MCKINNEY, TEXAS ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE HOUSING AUTHORITY OF THE CITY OF MCKINNEY, TEXAS The Housing Authority of the City of McKinney, Texas ("MHA") is soliciting

More information

Invitation to Bid IN-CAR CAMERA S

Invitation to Bid IN-CAR CAMERA S Invitation to Bid 121515 IN-CAR CAMERA S Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for 121515

More information

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE PROPOSAL REQUEST For Scanners and Printers For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid# 16-150223 February, 2015 Introduction Sumner

More information

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT PROJECT: 404 HMGP Acquisition Program- or 403 Immediate Threat Program Asbestos Abatement For the County of Cedar Contractor: Address:

More information

City of Columbus, Ohio

City of Columbus, Ohio City of Columbus, Ohio THIS IS NOT AN ORDER Solicitation - 90 2014 SA005634 Respond before: Bid Contact : 11/13/2014 1:00 pm Steve Lewie Dept of Finance\Construction Management 90 W.Broad St. Columbus

More information

ADVERTISEMENT FOR BIDS (Invitation For Bids)

ADVERTISEMENT FOR BIDS (Invitation For Bids) ADVERTISEMENT FOR BIDS (Invitation For Bids) BIDS FOR: Capital Improvements Project No. 650363.2 Southerly Wastewater Treatment Plant New Effluent Pump Station and Effluent Conduit Contract S71 WPCLF No.

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT 2019 PRE-QUALIFICATION QUESTIONNAIRE

SAN FRANCISCO UNIFIED SCHOOL DISTRICT 2019 PRE-QUALIFICATION QUESTIONNAIRE PART B. 2019 QUESTIONNAIRE PREQUALIFICATION FOR GENERAL CONTRACTORS AND MECHANICAL, ELECTRICAL AND PLUMBING SUBCONTRACTORS CONTACT INFORMATION Firm Name: Check One: (As it appears on license) Corporation

More information

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM LOWER RIO GRANDE VALLEY DEVELOPMENT COUNCIL REQUEST FOR PROPOSAL Vinyl Bus Wrap Production and Installation Services No: 2018-06 VINYL BUS WRAP PRODUCTION AND INSTALLATION SERVICES ON PUBLIC TRANSPORTATION

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

Request for Proposals Transit Signal Priority Concept of Operations

Request for Proposals Transit Signal Priority Concept of Operations Request for Proposals Transit Signal Priority Concept of Operations January 2019 Rogue Valley Transportation District 3200 Crater Lake Ave Medford, OR 97504 1 TABLE OF CONTENTS Section Topic Page No. PART

More information

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf

More information

This form will be made a part of any resultant purchase order or subcontract SECTION I

This form will be made a part of any resultant purchase order or subcontract SECTION I Procurement of material, services and supplies for a United States Government contract requires that prime contractors, subcontractors and suppliers comply with socioeconomic programs enacted into public

More information

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA SITE ADDRESS: BIDS DUE: NEILLS CREEK PARK 3885 NEILLS CREEK RD ANGIER, NC 27501 TUESDAY, APRIL 17th @ 2:00 PM HARNETT

More information

REQUEST FOR PROPOSAL FOR Flexible Spending Account (FSA) Administration RFP #1389

REQUEST FOR PROPOSAL FOR Flexible Spending Account (FSA) Administration RFP #1389 RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR PROPOSAL FOR Flexible Spending Account (FSA) Administration RFP #1389 The Richardson Independent School

More information

Issue Date: Tuesday, September 10, 2013 Closing Date: 10 am, Monday, September 16, Rana Al-Igoe,

Issue Date: Tuesday, September 10, 2013 Closing Date: 10 am, Monday, September 16, Rana Al-Igoe, Washtenaw County Michigan Works! Agency Operated locally by the Office of Community and Economic Development Request for Quotes for the Washtenaw County Michigan Works! Agency Business and Job Seeker Services

More information

REQUEST FOR QUALIFICATIONS ECONOMIC DEVELOPMENT STRATEGY

REQUEST FOR QUALIFICATIONS ECONOMIC DEVELOPMENT STRATEGY REQUEST FOR QUALIFICATIONS ECONOMIC DEVELOPMENT STRATEGY Notice is hereby given that the Santa Rosa County Board of County Commissioners is calling for and requesting qualifications for professional consulting

More information

REQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators

REQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators REQUEST FOR PROPOSAL No. FY19-17075 Facilitation Consulting Services October 2018 American Association of Motor Vehicle Administrators Table of Contents 1. INTRODUCTION...1 1.1. PURPOSE AND BACKGROUND...1

More information

SPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS

SPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS SPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS A-01 General Civil Rights Provisions A-02 Civil Rights - Title VI Assurances A-03 Notice of Requirement for Affirmative

More information

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000.

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000. NOTICE TO BIDDERS FOR PAVE AIRPORT SERVICE ROAD TERMINAL APRON TO SOUTH CARGO APRON AT DES MOINES INTERNATIONAL AIRPORT Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising each

More information

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Housing Authority of the Cherokee Nation   REQUEST FOR BIDS www.cherokee.org REQUEST FOR BIDS (4) GAS/CNG New 2016 ½ Ton 4x4 Super Cab Truck Solicitation # 2016-001-104 Bid Due Date: July 15, 2016 by 10:00 A.M P.O. Box 1007 Tahlequah, OK 74465-1007 (918) 456-5482

More information

Invitation to Bid ALL ALUMINUM ELEVATED WELDED ANGLE BLEACHERS FOR SUMNER COUNTY SCHOOLS

Invitation to Bid ALL ALUMINUM ELEVATED WELDED ANGLE BLEACHERS FOR SUMNER COUNTY SCHOOLS Invitation to Bid ALL ALUMINUM ELEVATED WELDED ANGLE BLEACHERS FOR SUMNER COUNTY SCHOOLS Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education,

More information

Beaumont Independent School District

Beaumont Independent School District Vendor Application Form Instructions: 1. The application form should be completed and signed by an authorized representative of the vendor. 2. The application should be submitted (as noted below) with

More information

January 18, Request for Proposals. for

January 18, Request for Proposals. for January 18, 2017 Request for Proposals for Preparation of Tulare County Transit Authority (TCTA) Fiscal Audits for Years 2016/17, 2017/18 and 2018/19 from the Tulare County Association of Governments (TCAG)

More information