INVITATION FOR BID. TITLE: Maintenance Storage Building #2

Size: px
Start display at page:

Download "INVITATION FOR BID. TITLE: Maintenance Storage Building #2"

Transcription

1 INVITATION FOR BID ISSUE DATE: April 10, 2018 IFB #: S-LB TITLE: Maintenance Storage Building #2 Sealed Bids will be received until May 1, 2018 at 2:00 p.m. for furnishing items and/or services described herein. Facsimile and/or electronic bids will NOT be accepted. Any Changes and/or Addenda to this solicitation will be posted on the PWCS Web site at Bidders are responsible for checking this Web site prior to bid submission. Failure to acknowledge all addenda may result in declaration of your bid as non-responsive. All inquiries for information regarding Bid Submission requirements or Procurement Procedures should be directed to: Laurie Baber, CPPB, Senior Buyer, Phone: (703) , Fax: (703) , BIDS MAILED SHALL BE SENT DIRECTLY TO: Prince William County Public Schools Edward L. Kelly Leadership Center Attn: Financial Services/Purchasing Rm #1500 IFB # S-LB P.O. Box 389 Manassas, VA BIDS HAND DELIVERED AND/OR EXPRESS COURIER SERVICES SHALL BE SENT TO: Prince William County Public Schools Edward L. Kelly Leadership Center Attn: Financial Services/Purchasing Rm #1500 IFB # S-LB Bristow Road Manassas, VA PWCS does not discriminate against faith-based organizations in accordance with the Code of Virginia, Section or against any Bidder or Offeror because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment. In Compliance With This Invitation For Bid and To All The Conditions Imposed Herein, The Undersigned Offers and Agrees To Provide The Goods/Services At The Prices Indicated In The Pricing Schedule. Name and Address of Firm: Date: By: Signature In Ink Telephone: Fax: Address: VA Contractors License # Print/Type Title This Solicitation Requires State Corporation Commission SCC ID # (This is not your Tax ID Number) Refer to Section 7.1.

2 TABLE OF CONTENTS TITLE PAGE NO. PURPOSE... 1 BACKGROUND... 1 CONTRACT ADMINISTRATOR/PROJECT MANAGER... 1 OPTIONAL SITE VISIT... 1 WORK COMPLETION... 1 SCOPE OF CONTRACT... 1 SPECIAL TERMS AND CONDITIONS Authority to Transact Business in the Commonwealth Availability of Funds Award of Contract Bid Bond Guarantee Bid Prices Certificate of Compliance Cleaning of Site Contractor Registration Coordination of Work Extra Charges Not Allowed Final Inspection Guarantee of Work1 Identification of Bid Envelope Installation Insurance Method of Ordering Method of Payment Ownership of Material Performance and Payment Bonds Prime Contractor Responsibilities Product Information Protection of Persons and Property Subcontracts Use of Premises and Removal of Debris Work Site Damages GENERAL TERMS AND CONDITIONS PRICING SCHEDULE Bid Submission ATTACHMENTS: CONTRACTOR DATA SHEET... ATTACHMENT A CERTIFICATE OF COMPLIANCE... ATTACHMENT B VENDOR INFORMATION FORM... ATTACHMENT C SITE PLAN... ATTACHMENT D Full set of drawings will be provided to potential Bidders only. Bidder s must contact the buyer via for such request to include full company name, address, phone number and contact person. All request must be received within five (5) days of bid opening date.

3 1. PURPOSE: The Purpose and Intent of this Invitation for Bid (IFB) is to establish a firm fixed price contract with one (1) qualified source to furnish, deliver and install a post-frame, metal skinned storage building for Prince William County Public Schools, herein referred to as PWCS, in accordance with the specifications, terms and conditions stated herein. 2. BACKGROUND: Prince William County Public Schools is located 35 miles southwest of Washington, DC and 80 miles north of Richmond, VA. The county encompasses 348 square miles and stretches from the Potomac River to the Bull Run Mountains. PWCS enrollment on September 30, 2017 was 89,861 pupils, making it the second largest of 138 school divisions in the Commonwealth of Virginia. The school division is growing at the rate of more than 1,000 students per year. There are currently 60 elementary schools, 17 middle schools, 12 high schools, 3 special education schools, 2 alternative schools and 4 traditional schools. 3. CONTRACT ADMINISTRATOR/PROJECT MANAGER: The following employees of PWCS are identified to use all powers under the contract to enforce its faithful performance: 3.1. CONTRACT ADMINISTRATOR: As the Contract Administrator, the following individual, or her designee, shall serves as the interpreter of the conditions of the contract and shall use all powers under the contract to enforce its faithful performance. Laurie Baber, Senior Buyer, , baberl@pwcs.edu 3.2. PROJECT MANAGER: The following individual shall work directly with the Contractor in scheduling and coordinating work, answering questions regarding the scope of work, and providing general direction under the resulting contract: Azmir Kabilovic, Project Manager, , kabiloax@pwcs.edu 4. OPTIONAL SITE VISIT: The site will be available for inspection up until five (5) days prior to the bid opening date. To visit the site, contact the PWCS Project Manager. The location of the site is: Joplin Road, Manassas, VA Failure to visit the site will not prohibit the Bidder from submitting a bid. 5. WORK COMPLETION: It is the intent of PWCS to make an award no later than June 7, Actual on-site work is to be scheduled and coordinated with the Project Manager. The site will be available for work completion during the hours 7:00 a.m. to 3:00 p.m. Monday through Friday. Work completion outside these hours shall be arranged through the Project Manager. The time in which the Contractor agrees to complete the work is of the essence of the contract. It is the intent of PWCS to have substantial completion by April 15, Final project completion shall be completed no later than April 30, SCOPE OF CONTRACT: Contractor shall provide all necessary labor, parts, tools, materials, equipment, delivery and resources as may be required to furnish, deliver and install a new post-frame, metal skinned building at the PWCS Independent Hill Complex, Joplin Road, Manassas, VA, in accordance with the Site Plans, Attachment X, specifications and terms and conditions stated here 6.1. Design Criteria: Governing Building Code - Structural design for the building system shall follow the latest edition of the International Construction Code (ICC) and applicable amendments as adopted by the State in which the building is to be located. Where there is any conflict, the stricter code shall prevail Virginia Uniform Statewide Building Code, Virginia Construction Code,

4 6.2. Building Construction Classification and Use Group: 6.3. Building Specifications: Construction shall be Type V-B-Unprotected Wood Frame, Non- Sprinklered (as allowed by code) with the Occupancy and Use Group in compliance with the codes listed Footings - Footings will be sized according to building code and soil conditions. Footings shall be wet poured to meet or exceed local building code and soil conditions. Footer size and bearing capacity must be determined by contractor and approved before placement of concrete Loads for snow, wind and seismic shall follow the Building Classification Code for Type 5-1, Storage Building, based on the location of the building, unless specified below or as listed on the bid drawings, and may not be reduced Collateral Load - Additional imposed loads required by the contract documents other than the weight of the building system. These added loads shall include such items as mechanical, electrical, and ceiling systems Load Combinations - Load combinations used to design primary and secondary structural members shall be according to the governing code Roof Live Load Roof live loads are loads produced during the life of the structure by moveable objects. Wind, snow, seismic or dead loads are not live loads. Roof live loads are calculated at 20 pounds per square foot Dead Load - The weight of building system construction, such as roof, framing, and covering members Ground Snow Loads Ground snow loads for roof trusses shall follow the Building Classification Code for Type 5-1, Storage Building, in addition to the city and county of location compatible with ASCE 7-95 through ASCE Contractor shall provide the basis of design, Conestoga Building by CB Structures or approved equal, that meets all applicable codes and requirements herein Contractor must clearly and specifically identify the product being offered on Pricing Schedule, Section 8 and enclose with their bid complete and detailed descriptive literature, drawings, catalog cuts, and specifications with the bid to enable PWCS to determine if the product offered meets the requirements of the solicitation. Failure to do so may cause the bid to be considered nonresponsive The building system for this project will be a post-frame type preengineered building system or approved equal and includes, but not limited to, footings, poles, building insulation, 4 trough drain spanning building length, girts/purlins, skirt board, trusses and truss carriers, siding, roofing, gutters and downspouts, doors and trim, interior and exterior concrete work and all other required components and accessories for a completed pre-engineered postframe type building as listed below or as referenced on drawings: Building size will measure 54 feet wide by 150 feet long Clear height from the finished slab elevation to the underside of the 2

5 6.4. Material Specifications: roof trusses will be 17 feet 0 inches The building will have a nominal 4/12 roof pitch with 12-inch eave and gable overhangs with fully vented soffit, ridge vent, and 5-inch seamless gutters Building must be erected on 5 ft. high concrete or masonry wall, and designed using the Site Plan, Attachment D, as a guideline Soil bearing design for the building footings, foundations, and slab shall be based on a maximum allowable bearing pressure of 1,500 pounds per square foot (PSF) Building shall have guttering and downspouts installed along the full length of the eaves Building shall rest on a 54 x 150 six-inch thick, 4000 psi concrete slab with a footing/foundation meeting building code requirement Building shall have two (2) insulated electric overhead doors, (14-2 x 14-1 ) with electric door openers and two (2) standard personnel doors (3 0 x 6-8 ) in swing right hinge. Electrical power for overhead doors shall be provided by PWCS Doors shall be weathertight and installed at the length end of the building with proper door locking hardware installed on each door Concrete aprons for the overhead doors shall be 14 x20 and 5 x5 for personnel doors Poles- Minimum three- ply or four-ply (2x6 (or 8)) as applicable glue-laminated posts on eave walls, three-ply (2x6) glue-laminated posts on gable end walls. Posts shall be no more than 8 feet on center on side walls and gable ends Posts- shall be #1 Southern Yellow Pine treated with CCA to a 0.6 pcf retention and #2 untreated Southern Yellow Pine. 50-year warranty shall apply Treatment - The treated portion shall be designed to extend at least 7-9 above the ground line. The adhesives shall be for wet-use conforming to ASTM D The laminations shall be surfaced, glued, and then clamped. The columns shall be surfaced, after curing, on the narrow faces of the laminations. Nail laminated or solid posts will not be permitted Each production lot shall be qualified by the following tests as described in AITC and include AITC Test 107 Shear, AITC Test 110 Cyclic Delamination and AITC Test 119 END Joint Tension Material Skirt Board 2x8 Southern Yellow Pine with pressure preservative chemical treatments to retention levels for Use Category UC4B or better per AWPA-U Connection hardware As per fastening schedule on contractor provided drawings Material Girts and Purlins-shall be non-treated, 2 x 4 3

6 Spruce/Pine/Fir (SPF) #2 grade or better placed no more than 2 feet on center. Girts and purlins shall be attached in compliance with fastener schedules on the approved shop drawings Connection hardware As per fastening schedule on approved drawings Headers Headers shall be engineered Laminated Veneer Lumber (LVL) or Machine Stress Rated (MSR) lumber. Each piece shall be non-destructively evaluated and quality control tested to verify the strength and stiffness of the final product Connection hardware As per fastening schedule on approved drawings Trusses Roof trusses shall be metal-plated, pre-engineered wood trusses to meet the building design loads as required on approved drawings per the designer of record. All trusses shall be spaced no more than 48 inches on center with a minimum 4/12 pitch unless otherwise noted. When applicable, trusses shall be tested, certified and sealed by an engineering professional for load design Connection hardware All trusses shall be attached with rafter tie connectors and fastened as per fastening schedule on approved drawings Siding Siding shall be 28-gauge structural steel grade 80 produced in conformance with ASTM792 coating 47% - 57% aluminum, 1% - 3%magnesium, 1% - 2% silicon with the remainder zinc, 95,000 PSI minimum yield; AZM substrate. Heat formed panels with Colorbond paint system, or equivalent, with 40-year pro-rated warranty, 25-year perforation warranty. Edges shall be treated with cut-edge corrosion inhibitor (CECITM) with 10-year edge rust warranty. Panels shall be procured from the same manufacturer as the steel roofing manufacturer with a limited 50-year warranty. Color shall be selected by PWCS from the siding manufacturers standard color chart for this product Connection hardware Siding shall be attached with self-drilling exposed zinc plated/color Sentri painted, or equivalent, (to coordinate with siding color) screws with EPDM gasket fastened as per siding manufacturers recommendations and per wind load designs. Fasteners shall be installed in a straight line only Roofing Roofing shall be 28-gauge structural steel grade 80 produced in conformance with ASTM792 coating 47% - 57% aluminum, 1% - 3%magnesium, 1% - 2% silicon with the remainder zinc, 95,000 PSI minimum yield; AZM substrate. Heat formed panels with Colorbond paint system, or equivalent, with 40-year pro-rated warranty, 25-year perforation warranty. Edges shall be treated with cut-edge corrosion inhibitor (CECITM) with 10-year edge rust warranty. Panels shall be procured from the same manufacturer as the steel siding manufacturer with a limited 50-year warranty. Color shall be selected by PWCS from the siding manufacturers standard color chart for this product Connection hardware Metal roofing shall be attached with selfdrilling exposed zinc plated/color Sentri painted, or equivalent, (to coordinate with roofing color) screws with EPDM gasket fastened as per roofing manufacturers recommendations and per wind load designs. Fasteners shall be installed in a straight line only. 4

7 6.5. Quality Assurance: 6.6. Execution Inspection: Lumber Fasteners Unless specified otherwise in these specifications or in the fastener schedule on the designer approved shop drawings, all lumber shall be fastened with double hot dipped galvanized 3-1/2 pneumatic nails Metal Fasteners - Unless specified otherwise in these specifications or in the fastener schedule on the designer approved shop drawings, all metals shall be fastened with color coordinated fasteners Gutters and Downspouts Gutters shall be 5-inch Type K seamless gutter with 3x4 downspouts (as required), discharging to grade. Color shall be selected by PWCS from the manufacturers standard color chart Trims - All entry doors, Overhead Doors and windows are to have either integral or applied metal J-trim with a 2-inch exposed face. Corner, rake, ridge vent and base angle trims shall also be included. Color shall be selected by PWCS from the manufacturers standard color chart The manufacturer shall have a minimum of 15 years experience in the post-frame building industry The Builder/Erector shall have specialized experience in the postframe building and erection system for a period of no less than 5 years and be properly licensed in the State of Virginia Structural framing (and sheathing if required) shall be the design of a licensed Professional Engineer/Architect, registered in the State of Virginia In addition, the manufacturer shall provide, upon request, evidence of compliance with specifications through testing independent of the manufacturer s suppliers Metal Panels shall withstand ASTM D-4214, latest version, and ASTM D-2244, latest version, paragraph 4.3 testing without change in appearance or material failure and have been performed by an independent testing facility Posts, sheathing, trusses and metal panels must be erected plumb, level, straight and true by qualified workmen with connections as shown and anchored as detailed in the approved shop drawings Contractor must include, with their bid submission, five (5) references in which projects are the same scope and size of this project. Failure to include this may result in the bid being deemed nonresponsive Before start of installation, carefully inspect installed Work of other trades affecting construction of the post frame building. Verify that all such work is complete to the point where installation of the post-frame building may properly commence Verify that the work of this section may be installed in accordance with all applicable codes and regulations, and within original design shown and indicated on the approved shop drawings. In the event of a discrepancy, 5

8 6.7. Building Erection: installer shall immediately notify the designer of record. Installation shall not proceed until discrepancies and/or unsatisfactory conditions have been fully resolved and/or approved as agreed by the designer of record and the installer Work shall proceed in accordance with contractor s current, written instructions and as per approved design specifications and approved shop drawings for erection of post-framed building systems Install all footers, foundations, wall and roof structural elements, building components and accessories as shown in the approved shop drawings, in component supplier instruction sheets and/or in accordance with IBC and NFBA specifications Floors shall be as specified and as shown on the approved shop drawings Install all connections between indicated structural components per approved shop drawings Install wall girts and roof purlins in the orientation shown in the approved shop drawings Provide temporary bracing as required to maintain structure plumb and in alignment until completion of erection and installation of permanent bracing Handle, install and brace all trusses during construction according to the TPI s, HIB-Post Frame document Install required roof bracing as shown on shop drawings If applicable, install individual web member permanent lateral restraint at the locations shown on the sealed truss shop drawings If applicable, install diagonal bracing to appropriate individual web members for permanent lateral restraint as specified by section B3 of BCSI for metal plate connected wood trusses Install permanent wind bracing in the wall system as shown on the approved shop drawings Install supplemental framing as required for any roof top equipment and/or wall openings for other framed openings such as louvers and doors Install all framing components to within ¼ inch from level and 1/8 inch from plumb. Install all siding and roofing - 1/8 inch from true position Do not field cut or alter structural members without approval of preengineered building manufacturer Install siding and roof cladding in accordance with manufacturer s instructions to structural supports, aligned level and plumb. Install sealant and gaskets to prevent weather penetration at eaves Install door frame, door, overhead door, window and glass, and other accessories in accordance with manufacturer s instructions. Adjust all 6

9 6.8. Cleaning and Protection: 6.9. Contractor Responsibilities: operating components as required to assure that they operate in accordance with manufacturer s or supplier s recommendations Seal all wall and roof accessories with watertight and weather-tight sealant in accordance with other specifications in this document and as preengineered building manufacturer recommends Rigidly support and secure components to achieve positive slope for water flow to outlets per IBC. Join lengths with formed seams and seal with watertight sealant. Flash and seal gutters to downspouts Contractor shall clean all building elements, components and/or surfaces in areas with more than normal construction amount of foreign matter such as dirt, dust or other surface debris. More than normal dirt, debris and other blemishes are defined as visible by a majority of normal-sighted individuals when viewed under natural noon-day lighting from an at grade position no closer than fifteen feet to the blemish in question Touch up all marred, abraded or otherwise damaged finishes as deemed necessary so the evident of such damage is eliminated At the completion of the Work, remove trash, debris and all excess materials, cartons and/or items so that all areas of work are clean Provide protective measure, as required, so the wood post-frame building is without damage or deterioration at the time of Substantial Completion Provide to PWCS two (2) complete sets of approved engineered stamped drawings. Drawings shall be provided within twenty (20) calendar days after notice to proceed Examine the work areas and site conditions under which work stated herein shall be performed. Contractor shall notify PWCS of any condition(s) which may affect installation of building structure The Contractor shall maintain a sufficient supply of manpower and equipment to complete the project in a continuous safe and timely manner The Contractor shall make the areas safe at the end of each work shift Prepare site where building is being erected Deliver building materials to site location as designated by the PWCS Provide concrete slab, aprons for overhead and personal doors Erect storage building on concrete slab, foundation and walls Secure building permit, schedule all necessary inspections Furnish and install all supplementary or miscellaneous items, appurtenances and devices incidental to or necessary for a sound, secure and 7

10 complete installation Provide finished grading and/or landscape work Provide final approval/inspection and acceptance of building structure Obtain final inspection of work from PWCS PWCS Responsibilities: PWCS will provide the following for this project: Prepare site plan and obtain approval from Prince William County Locate and clearly mark all underground utilities prior to construction Provide grade stakes or locator flags to flag corners of building Provide access and drive lane space for delivery trucks to allow unloading of materials Provide designated drop-off area for unloading of materials Provide clear (at grade) work area space around building perimeter Provide electrical power to building Approve engineer stamped drawings submitted by Contractor PWCS is responsible for electrical and plumbing for new building Provide on-site supervision of construction activities General Requirements: The Contractor shall designate a Job Manager who shall be on site during any work being performed. The PWCS Project Manager shall communicate freely to the Contractor through the Contractor s Job Manager The Contractor shall not act on requests or take direction from anyone except the designated PWCS Project Manager. Any additional work which is outside the scope of this contract, or any time extensions shall be approved, in writing, by the PWCS Project Manager prior to starting the work At the discretion of the PWCS Project Manager, any employee of the Contractor and/or subcontractor may be removed with or without cause, from any project site The Contractor shall promptly remove from the premises all work and/or materials condemned by PWCS as failing to conform to the contract, whether incorporated or not, and the Contractor shall promptly replace and reexecute condemned work in accordance with the contract and without expense to PWCS, and shall bear the expense of making good all work of other Contractor destroyed or damaged by such removal or replacement Warranty: The Contractor shall guarantee to the PWCS the following warranties. All warranty documentation shall be provided to PWCS within ten (10) days after final completion. Final payment will not be made until all warranty 8

11 7. SPECIAL TERMS AND CONDITIONS: documentation has been received Pressure Treated Lumber - Fifty (50) years from the date of building completion that the pressure-treated lumber will not fail due to decay or insect damage. The Manufacturer will bear the cost of repair or replacement Workmanship - One (1) year from the date of building completion that all workmanship defects will be corrected Repair/Replacement - One (1) year from the date of building completion, the Contractor will repair or replace items which prove to be defective Panel paint coatings - The paint coating of the roof and siding panels will be guaranteed to perform under limited warranty against cracking, check or peeling for 50 years; chalk and fading 35 years; red rust 10 years, and perforation 25 years AUTHORITY TO TRANSACT BUSINESS IN THE COMMONWEALTH: Any Bidder registered or organized as a stock or nonstock corporation, limited liability company, business trust, or limited partnership or a registered limited liability partnership shall be authorized to transact business in the Commonwealth of Virginia as a domestic or foreign business entity as described in the Code of Virginia The proper legal name of the firm or entity, form of the firm (i.e. corporation, limited partnership, etc.) and the identification number issued to the Bidder by the State Corporation Commission must be written in the space provided on the bid submission form (cover page), Pricing Schedule, and Vendor Information Form. Any Bidder not required to be authorized to transact business in the Commonwealth of Virginia shall include in its proposal a statement/documentation from their legal counsel describing why the Bidder is not required to be registered. Failure of a prospective and/or successful Bidder to provide such documentation shall be grounds for rejection of their proposal. For further information, refer to the Commonwealth of Virginia State Corporation Commission Web site at: Any falsification or misrepresentation contained in the statement submitted by the Bidder pursuant to the Code of Virginia , Code of Virginia, Title 13.1 or Title 50 may be cause for debarment by PWCS AVAILABILITY OF FUNDS: It is understood and agreed between the parties herein that PWCS shall be bound hereunder only to the extent of the funds available or which may hereafter become available for the purpose of this contract AWARD OF CONTRACT: The award will be made to the lowest responsive and responsible Bidder based on a total lump sum basis as indicated in the Pricing Schedule, Section 8. PWCS reserves the right to make a separate award for each item, a group of items or all items, and to make an award either in whole or in part, whichever is deemed in the best interest of PWCS. PWCS reserves the right to reject any or all bids, in whole or in part, to waive any informality and to delete items prior to making the award, whenever it is deemed in the sole opinion of PWCS to be in its best interest BID BOND GUARANTEE Each bid shall be accompanied by a bid bond or guarantee of five percent (5%) of the amount of the bid, which shall be certified check, cash escrow or a bid bond payable to Prince William County Public Schools. The sureties of all bonds shall be of such surety company or companies as are approved by the State and are authorized to transact business in the Commonwealth of Virginia. Such bid bond or check shall be submitted with the understanding that it shall guarantee that the bidder will not withdraw such bid during the period of sixty (60) days following the opening of bid; that if such bid is 9

12 accepted, the bidder will accept and perform under the terms of the Invitation of Bid. The bid guarantee will be returned upon award of contract BID PRICES: Bid prices shall be in the form of a firm fixed lump sum total amount basis, in accordance with the specifications and terms and conditions identified herein. All prices shall include all direct and indirect costs such as travel, disposal fees, permits, profit and overhead, supervision, equipment, material, etc CERTIFICATE OF COMPLIANCE: By signing and submitting a bid, the Bidder acknowledges that as a condition of any Contract awarded and prior to Notice of Award, the Bidder/ Contractor must certify that neither the Contractor, any employee of the Contractor, nor any other person who will provide services under the Contract and will have direct contact with students on school property during regular school hours or school-sponsored activities, have been convicted of a felony or any offense involving the sexual molestation or physical or sexual abuse or rape of a child. Bidder further acknowledges that such certification shall be binding on the Bidder/Contractor throughout the term of any Contract, including renewals or extensions, thereof, and agrees to provide immediate notice to PWCS of any event which might render such certification untrue, including the arrest indictment, or investigation of any individual providing such services. The successful Bidder agrees to fully document and provide this Certificate of Compliance (Attachment B) prior to Notice of Award CLEANING OF SITE: The Contractor shall always, keep the premises free from accumulation of waste materials or rubbish caused by the work performed. The Contractor shall remove daily all waste materials, rubbish, tools, equipment, machinery, and surplus materials from and about the job, and the Contractor shall clean all building surfaces and leave the work area broom clean CONTRACTOR REGISTRATION: If a contract for construction, removal, repair or improvement of a building or other real property is for one hundred twenty thousand dollars ($120,000) or more, or if the total value of all such contracts undertaken by the Bidder within any twelve-month period is seven hundred fifty thousand dollars ($750,000) or more, the Bidder is required under Title , Code of Virginia (1950), as amended, to be licensed by the State Board of Contractors as a "CLASS A CONTRACTOR". If such a contract is for seventy-five hundred dollars ($7,500) or more but less than one hundred twenty thousand dollars ($120,000), the Bidder is required to be licensed as a "CLASS B CONTRACTOR". The Bidder shall place on the outside of the envelope containing the bid and shall place in the bid over his signature whichever of the following notations is appropriate, inserting his contractor license number: Licensed Class A Virginia Contractor Number: Specialty: If the Bidder shall fail to provide this information on his bid or on the envelope containing the bid and shall fail to promptly provide said Contractor license number to PWCS in writing when requested to do so before or after the opening of Bids, he shall be deemed to be in violation of Section of the Code of Virginia (1950), as amended, and his bid will not be considered. If a Bidder shall fail to obtain the required license prior to submission of his/her bid, the bid shall not be considered COORDINATION OF WORK: The Contractor shall plan and coordinate all work through the Project Manager EXTRA CHARGES NOT ALLOWED: The bid price shall be for the complete delivery, ready for PWCS use, and shall include all applicable freight charges; extra charges will not be allowed for shipment to multiple locations. 10

13 7.11. FINAL INSPECTION: At the conclusion of the work, the Contractor shall demonstrate to the authorized PWCS representative that the work is fully operational and in compliance with contract specifications and codes. Any deficiencies shall be promptly and permanently corrected by the Contractor at the Contractor's sole expense prior to final acceptance of the work GUARANTEE OF WORK: Except as otherwise specified, all work shall be guaranteed by the Contractor against defects resulting from the use of inferior materials, equipment or workmanship for one year from the date of final acceptance of the entire project by PWCS in writing If, within the guarantee period, defects are noticed by PWCS which require repairs or changes in connection with the guaranteed work, those repairs or changes being in the opinion of PWCS rendered necessary as the result of the use of materials, equipment or workmanship, which are defective, or inferior or not in accordance with the terms on the contract, then the Contractor shall promptly upon receipt of notice from PWCS, such notice being given not more than two weeks after the guarantee period expires, and without expense to PWCS Place in satisfactory condition, in every particular, all such guaranteed work and correct all defects therein Make good on all damage to the structure, site, equipment or contents thereof, which is the result of use of materials, equipment, or workmanship which are inferior, defective or not in accordance with the terms of the contract Make good any work, materials, equipment, contents of structures, and/or disturbance of the site in fulfilling any such guarantee In any case, where in fulfilling the requirements of the contract or any guarantee embraced in or required thereby, the Contractor disturbs any work guaranteed under the contract, he shall restore such work to a condition satisfactory to PWCS and guarantee such restored work to the same extent as it was guaranteed under such other contract If the Contractor, after notice, fails to proceed promptly to comply with the terms of the guarantee, PWCS may have the defects corrected and the Contractor shall be liable for all expense incurred IDENTIFICATION OF BID ENVELOPE: The signed bid should be returned in a sealed envelope or package, sealed, addressed as directed on the Cover Page, and identified as follows: The signed bid should be returned in a sealed envelope or package, sealed, addressed as directed on the Cover Page, and identified as below. Bids may be hand delivered to the designated location. PWCS will not accept facsimile and/or electronic bids. From: Name of Bidder Due Date Due Time Street or Box Number IFB Number IFB Title 11

14 City State, Zip Code Name of Buyer INSTALLATION: All work and/or equipment shall be assembled, operational, and fully completed, ready for PWCS use INSURANCE: By signing and submitting a bid or proposal under this solicitation, the Bidder certifies that if awarded the contract, it will have the following insurance coverage at the time the work commences. Additionally, the Bidder agrees to maintain the required coverage during the entire term of the contract and that all insurance policies will be issued by insurance companies authorized by the Virginia State Corporation Commission. Additionally, the Bidder agrees to furnish evidence of insurance in the form of an Acord 25 Certificate of Insurance within five (5) days of notice of award. During the period of the contract, PWCS reserves the right to require the Contractor to furnish certificates of insurance for the coverage required by PWCS and the Commonwealth of Virginia as indicated below: Worker's Compensation - Statutory requirements and benefits Employer s Liability - $100, Commercial General Liability - 1,000,000 combined single limit coverage with $2,000,000 general aggregate covering all premises and operations and including Personal Injury, Completed Operations, Contractual Liability, and where applicable to the project (as determined by PWCS), Products and Independent Contractors. The general aggregate limit shall apply to this project. Prince William County School Board is to be included as an additional insured with respect to the services being provided Automobile Liability - $1,000,000 combined single limit per occurrence. The Prince William County School Board is to be included as an additional insured with respect to the services being provided METHOD OF ORDERING: Prince William County Schools (PWCS) may use three (3) different methods of placing orders from the final contract: Delivery Orders (DO s), Purchase (delivery) orders (PC s, PD s and CT s), and approved PWCS procurement cards (encouraged) Procurement Card Orders and payments may be made by the use of a Prince William County Schools Procurement and/or Single Use Card. The Procurement and/or Single Use Card is currently a Master Card. Contractors are encouraged to accept this method of order and payment Contractors willing to accept PWCS procurement cards should check the box on the Pricing Schedule In any contract resulting from this IFB, the contractor shall be paid 95% of the amount due of each progress payment, with the remaining 5% being retained to assure faithful performance of the contract. All amounts withheld shall be included in the final payment. Any subcontract which provides for similar progress payments shall be subject to the same limitations METHOD OF PAYMENT: The Contractor shall be paid on the basis of invoices submitted, to be paid net thirty (30) days from receipt and approval by an authorized PWCS official, upon satisfactory completion of delivery and/or installation. Payment shall be made after satisfactory performance of the contract in accordance with all of the provisions thereof and upon receipt of a properly completed invoice. The School Board reserves the right to 12

15 withhold any or all payments or portions thereof for contractor's failure to perform in accordance with the provisions of the contract or any modifications thereto. In any contract resulting from this IFB, the contractor shall be paid 95% of the amount due of each progress payment, with the remaining 5% being retained to assure faithful performance of the contract. All amounts withheld shall be included in the final payment. Any subcontract which provides for similar progress payments shall be subject to the same limitations OWNERSHIP OF MATERIAL: Ownership of all data, material, and documentation originated and prepared by the Contractor for PWCS pursuant to this solicitation and any resulting contract shall belong exclusively to PWCS and be subject to public inspection in accordance with the Virginia Freedom of Information Act PERFORMANCE AND PAYMENT BOND: The successful Bidder(s) shall deliver to the Purchasing Office and executed AIA Form and Document A312 Performance and Labor and Material Payment Bonds each in the sum of the contract amount, with Prince William County School Board as oblige ten (10) days from Notice of Award. The surety shall be a surety company or companies approved by the Virginia State Corporation Commission to transact business in the Commonwealth of Virginia. No payment shall be due and payable to the contractor, even if the contract has been performed in whole or in part, until the bonds have been delivered to and approved by the PWCS Purchasing Office PRIME CONTRACTOR RESPONSIBILITES: The Contractor shall be responsible for completely supervising and directing the work under this contract and all subcontractors that he may utilize, using his best skill and attention. Subcontractors who perform work under this contract shall be responsible to the prime Contractor. The Contractor agrees that he is as fully responsible for the acts and omissions of his subcontractors and of persons employed by them as he is for the acts and omissions of his own employees PRODUCT INFORMATION: The Bidder shall clearly and specifically identify the product being offered and enclose complete and detailed descriptive literature, catalog cuts, and specifications with the bid to enable PWCS to determine if the product offered meets the requirements of the solicitation. Failure to do so may cause the bid to be considered nonresponsive. It will not be the responsibility of PWCS to determine which products are being offered from the vendors catalog or cut sheet, if it is not clearly identified PROTECTION OF PERSONS AND PROPERTY: The Contractor expressly undertakes, both directly and through its Subcontractor(s), to take every precaution at all times for the protection of persons and property, including PWCS' employees and property and its own The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs relating to the work The Contractor shall continuously maintain adequate protection of all his/her work from damage and shall protect PWCS' property from injury or loss arising relating to this contract. The Contractor shall make good any such damage, injury, or loss, except such as may be directly due to errors in the Contract Documents or caused by agents or employees of PWCS. The Contractor shall adequately protect adjacent property as provided by law and the Contract Documents, and shall provide and maintain all passageways, guard fences, lights and other facilities for protection required by public authority, local conditions, or any of the Contract Documents In an emergency affecting the safety or life of individuals, or of the work, or of adjoining property, the Contractor, without special instruction or authorization from PWCS, is hereby permitted to act, at its discretion, to prevent threatened loss or injury, be instructed or authorized to act by PWCS, he shall so act, without appeal. Any additional 13

16 compensation or extension of time claimed by the Contractor because of any emergency work shall be determined as provided in the contract SUBCONTRACTS: No portion of the work shall be subcontracted without prior written consent of the Purchasing Office. If the Contractor desires to subcontract some part of the work specified herein, the Contractor shall furnish the Purchasing Office the names, qualifications and experience of their proposed subcontractors. The Contractor shall, however, remain fully liable and responsible for the work to be done by its subcontractor(s) and shall assure compliance with all requirements of the contract USE OF PREMISES AND REMOVAL OF DEBRIS: The Contractor shall expressly undertake, either directly or through its Subcontractor: To perform this Contract in such a manner as not to interrupt or interfere with the operation of any existing activity on the premises, at the location of the work, or with the work of any contractor; To store its apparatus, materials, supplies, and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of PWCS or any other Contractor To place upon the work or any part thereof only such loads as are consistent with the safety of that portion of the work To effect all cutting, filling, or patching of its work required to make the same conform to the plans and specifications, and except with the consent of PWCS Project Inspector, not to cut or otherwise alter the work of any other Contractor. The Contractor shall not damage or endanger any portion of the work by cutting, patching or otherwise altering any work, or by excavation; and To clean up daily all refuse, rubbish, scrap materials and debris caused by its operation, or as necessary so that at all times the area of the work presents a safe, neat, orderly, and workmanlike appearance WORK SITE DAMAGES: Any damage to existing facilities or equipment resulting from the performance of this contract shall be repaired to PWCS' satisfaction at the Contractor's expense. Back-charging for the damage may be necessary. 14

17 GENERAL TERMS AND CONDITIONS (Revised 6/11/14) These general terms, conditions and instructions apply to all purchases and are a part of each solicitation and every contract awarded by PWCS, unless otherwise specified in such solicitation or contract. The Purchasing Office is responsible for the purchasing activity of Prince William County Public Schools and its governing body, the Prince William County Public School Board. The term PWCS as used herein refers to the contracting entity which is the signatory on the contract and may be either PWCS, or the PWCS School Board, or both. Bidder/Offeror or their authorized representatives are expected to inform themselves fully as to the conditions, requirements, and specifications before submitting bids/proposals: failure to do so will be at the bidder s/offeror s own risk. These general terms, conditions and instructions are subject to all applicable Federal, State and local statutes, policies, resolutions, and regulations (collectively laws ), and are to be interpreted so as to be consistent with such laws. In the case of irreducible conflict, these general terms and conditions are preempted by applicable laws. AUTHORITY 1. The Supervisor of Purchasing has been delegated authority for issuance of invitations to bid, request for proposals, modifications, purchase orders and awards approved by and for PWCS. In the discharge of these responsibilities, the Supervisor of Purchasing may be assisted by delegating to Buyers and other Purchasing Office staff. Unless specifically delegated by the Supervisor of Purchasing, no other PWCS officer or employee is authorized to enter into purchase negotiations, change orders, contracts, or in any way obligate PWCS for indebtedness. Any purchase order or contract made which is contrary to these provisions and authorities shall be of no effect and void, and PWCS shall not be bound thereby. CONDITIONS OF BIDDING/OFFERING 2. OPEN PRICING RECORDS: The classification of line item prices and/or bid prices as proprietary information or trade secrets is not acceptable. All bid prices will be read aloud at the public bid opening and posted on the PWCS Purchasing website. Any bidder who designates bid prices as proprietary information or trade secrets will be given 48 hours to withdraw this designation. If it is not withdrawn, their bid will be rejected. See b.3 of the Virginia Public Procurement Act. 3. ANNOUNCEMENT OF AWARD: Upon the award or the announcement of the decision to award a contract as a result of this solicitation, PWCS will publicly post such notice on the Purchasing Web site, for a minimum of 10 calendar days except in emergencies. 4. CLARIFICATION OF TERMS: If any prospective Bidder/Offeror has questions about the specifications or other solicitation documents, the prospective Bidder/Offeror shall contact the Buyer whose name appears on the face of the solicitation no later than five (5) working days before the due date. Any revisions to the solicitation will be made only by a written addendum issued by the Purchasing Office. 5. DEBARMENT STATUS: By submitting their bid/proposal, the Bidder/ Offeror certifies that he/she is not currently debarred by the Commonwealth of Virginia or PWCS from submitting bids/proposals on contracts for the type of goods and/or services covered by this solicitation, nor is the Bidder/Offeror an agent of any person or entity that is currently so debarred. 6. ERRORS IN BIDS: When an error is made in extending total prices, the unit bid price times the number of units will govern. Erasures and changes in bids must be initialed by the bidder. Carelessness in quoting prices, omitting portions of the work from the calculations, or in preparation of the bid otherwise will not relieve the bidder. Bidders are cautioned to recheck their bids for possible error. Errors discovered after public opening cannot otherwise be corrected except as provided in paragraph 16 below, and the bidder will be required to perform if his or her bid is accepted. 7. ETHICS IN PUBLIC CONTRACTING: By submitting their bid/proposal, Bidders/Offerors certify that their bid/proposal is made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other Bidder/Offeror, supplier, manufacturer or subcontractor in connection with their bid/proposal, and that they have not conferred on any public employee having official responsibility for this procurement 15 transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised unless consideration of substantially equal or greater value was exchanged. 8. INCLEMENT WEATHER: Due to inclement weather conditions, PWCS may elect to close schools and administration offices. The following is an explanation of the policy: CODE GREEN: All PWCS schools are closed. Administration offices are opened. CODE RED: All PWCS schools are closed. Administration offices are closed. 8.1 In the event of a delay school opening, all times shall remain as stated in the Invitation for Bid/Request for Proposal. 8.2 In the event that PWCS closes on a CODE GREEN, any optional/mandatory pre-bid/proposal conference and all bid/proposal openings will be held as scheduled. 8.3 In the event that PWCS closes on a CODE RED, any optional/mandatory pre-bid proposal conference and all bid/proposal openings will be held on the next business day the PWCS experiences a normal opening, a delayed opening, or a school closing on a CODE GREEN, at the time previously scheduled. No exceptions will be made in this matter. 9. LATE BIDS/PROPOSALS: To be considered for selection, bids/proposals must be received by the PWCS Purchasing Office by the designated date and hour. The official time used in the receipt of bids/proposals is that time on the automatic time stamp machine in the Purchasing Office. Bids/proposals received in the Purchasing Office after the date and hour designated are nonresponsive, automatically disqualified and will not be considered. PWCS is not responsible for delays in the delivery of mail by the U.S. Postal Service, private couriers, or the intra-school mail system or delivery by any other means. It is the sole responsibility of the Bidder/Offeror to ensure that his/her bid/proposal reaches the Purchasing Office by the designated date and hour. 10. MANDATORY USE OF PWCS FORM AND TERMS AND CONDITIONS: Failure to submit a bid/proposal on the official PWCS form provided for that purpose may be cause for rejection of the bid/proposal. Return of this complete solicitation document is required. Modification of or additions to the General and/or Special Terms and Conditions of this solicitation may be cause for rejection of the bid/proposal; however, the Supervisor of Purchasing reserves the right to decide, on a case by case basis, in his/her sole discretion, whether to reject such a bid/proposal as nonresponsive. As a precondition to its acceptance, PWCS may, in its sole discretion, request that the Bidder/Offeror withdraw or modify non-responsive portions of a bid/proposal, which do not affect quality, quantity, price or delivery schedule. 11. OFFICIAL NOT TO BENEFIT: 11.1 Each Bidder/Offeror certifies by signing a bid/proposal that to the best of his/her knowledge no PWCS official or employee having official responsibility for the procurement transaction or member of his/her immediate family has received or will receive any financial benefit of more than nominal or minimal

INVITATION FOR BID PAVEMENT MARKING, CURB PAINTING AND SITE SIGNAGE SERVICES

INVITATION FOR BID PAVEMENT MARKING, CURB PAINTING AND SITE SIGNAGE SERVICES INVITATION FOR BID ISSUE DATE: September 12, 2017 IFB #: R-KS-18018 TITLE: PAVEMENT MARKING, CURB PAINTING AND SITE SIGNAGE SERVICES Sealed Bids will be received until October 11, 2017 at 2:00 p.m. for

More information

UNSEALED INVITATION FOR BID. TITLE: Fire Extinguishers, Halon and Hood Suppression System Inspection and Repair Services

UNSEALED INVITATION FOR BID. TITLE: Fire Extinguishers, Halon and Hood Suppression System Inspection and Repair Services UNSEALED INVITATION FOR BID ISSUE DATE: October 16, 2017 UIFB #: R LB-18020 TITLE: Fire Extinguishers, Halon and Hood Suppression System Inspection and Repair Services Bids will be received until October

More information

INVITATION TO BID Install Spray Foam Polyurethane Roof

INVITATION TO BID Install Spray Foam Polyurethane Roof November 7, 2016 RFP-1617-404 INVITATION TO BID Install Spray Foam Polyurethane Roof The Danville Public Schools Maintenance Department is requesting sealed bids for furnish and install Polyurethane Seamless

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL ISSUE DATE: January 9, 2019 RFP #: R-DJ-19024 TITLE: Structural Engineering Services Sealed proposals must be received and time stamped or signed in prior to 2:00 p.m., February 6,

More information

INVITATION FOR BID. TITLE: Liners, Trash Can Warehouse Stock Requirements Contract

INVITATION FOR BID. TITLE: Liners, Trash Can Warehouse Stock Requirements Contract INVITATION FOR BID ISSUE DATE: December 1, 2016 IFB #: R-SJ-17014 TITLE: Liners, Trash Can Warehouse Stock Requirements Contract Sealed Bids will be received until December 20, 2016 at 2:00 p.m. for furnishing

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

REQUEST FOR BID POLE BUILDING CONSTRUCTION

REQUEST FOR BID POLE BUILDING CONSTRUCTION IONIA COUNTY BUILDINGS AND GROUNDS 100 Library Street, Ionia, Michigan 48846 Joe Cusack, Physical Plant Director Office: 616-527-5345 REQUEST FOR BID POLE BUILDING CONSTRUCTION The County of Ionia is accepting

More information

INVITATION FOR BID. Bids will be received until April 4, 2018 at 2:00 p.m. Facsimile and/or electronic bids will NOT be accepted.

INVITATION FOR BID. Bids will be received until April 4, 2018 at 2:00 p.m. Facsimile and/or electronic bids will NOT be accepted. INVITATION FOR BID ISSUE DATE: March 20, 2018 IFB #: R-DJ-18038 TITLE: Aiphone Parts and Accessories, Brand Name Only, No Substitutes Bids will be received until April 4, 2018 at 2:00 p.m. Facsimile and/or

More information

RFP # for Addition to Parks Recreation 190 Facility

RFP # for Addition to Parks Recreation 190 Facility City Of Hammond Purchasing Department RFP # 16-22 for Addition to Parks Recreation Building @ 190 Facility Proposals shall be faxed/emailed/hand delivered to the City Of Hammond, Purchasing Department

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Towing Services Inoperable Vehicles County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0601-1 This procurement is governed

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 Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 14, 2017 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 10 PAGES BIDS DUE: JUNE

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730 HDC112 Housing Development Corporation of Rock Hill Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730 MANDATORY PRE-BID MEETING: September 5, 2017, at 10:30 a.m. The Housing Development

More information

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

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

More information

Invitation For Bid. Uniforms IFB U

Invitation For Bid. Uniforms IFB U Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Uniforms IFB-19-1807-7U This procurement is governed

More information

INVITATION TO BID Acoustical Ceiling Tile

INVITATION TO BID Acoustical Ceiling Tile October 10, 2016 REVISED 11/07/2016 RFP-1617-402 INVITATION TO BID Acoustical Ceiling Tile The Danville Public Schools Maintenance Department is requesting sealed bids for removal, furnish and install

More information

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

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

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV. BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID # INVITATION TO BID PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #2018-20 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website: http://www.bakercountyfl.org

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

COUNTY OF PRINCE EDWARD, VIRGINIA

COUNTY OF PRINCE EDWARD, VIRGINIA COUNTY OF PRINCE EDWARD, VIRGINIA Invitation for Bids For Stripping and Waxing of VCT Floors in County Courthouse Issue Date: Monday, April 20, 2009 Due Date and Time: Send Proposals To: All inquiries:

More 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

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information

INVITATION FOR BID. Bids will be received until Thursday, April 12, 2:00 p.m. Facsimile and/or electronic bids will NOT be accepted.

INVITATION FOR BID. Bids will be received until Thursday, April 12, 2:00 p.m. Facsimile and/or electronic bids will NOT be accepted. INVITATION FOR BID ISSUE DATE: March 15, 2018 IFB #: R-DJ-18037 TITLE: Data Center Interconnection, Infinera, Brand Name Only, No Substitute Bids will be received until Thursday, April 12, 2018 @ 2:00

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

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

INVITATION FOR BID. Bids will be received until March 6, 2018 at 2:00 p.m. Facsimile and/or electronic bids will NOT be accepted.

INVITATION FOR BID. Bids will be received until March 6, 2018 at 2:00 p.m. Facsimile and/or electronic bids will NOT be accepted. INVITATION FOR BID ISSUE DATE: February 20, 2018 IFB #: R-BB-18033 TITLE: Food - Fresh Produce Bids will be received until March 6, 2018 at 2:00 p.m. Facsimile and/or electronic bids will NOT be accepted.

More information

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

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

More information

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

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

INVITATION TO BID Town Hall First Floor Renovation Project, Windsor CT. Town Hall First Floor Renovation Project, Windsor CT. INVITATION TO BID 1. Sealed bids are invited by the Town of Windsor Public Building Commission, Windsor, CT, hereinafter called the Owner, for the Project: "Town Hall First Floor Renovation Project, Windsor

More information

UNSEALED INVITATION FOR BID. Bids will be received until February 22, 2019 at 2:00 p.m. Facsimile and/or electronic bids will be accepted.

UNSEALED INVITATION FOR BID. Bids will be received until February 22, 2019 at 2:00 p.m. Facsimile and/or electronic bids will be accepted. UNSEALED INVITATION FOR BID ISSUE DATE: February 12, 2019 IFB #: R-DJ-19030 TITLE: Chemicals, Industrial Water Treatment Bids will be received until February 22, 2019 at 2:00 p.m. Facsimile and/or electronic

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 2, 2015 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 12 PAGES BIDS DUE: JUNE

More information

Request for Proposals for Agent of Record/Insurance Broker Services

Request for Proposals for Agent of Record/Insurance Broker Services County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Agent of Record/Insurance Broker Services Note: This public body does not discriminate

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

Front Porch Roof Replacement Scope of Work

Front Porch Roof Replacement Scope of Work Front Porch Roof Replacement Scope of Work The Hotel Roanoke and Conference Center is seeking qualified firms to remove and replace the EPDM section of roofing identified as the Front Porch as highlighted

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,

More information

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 REPLACEMENT OF INTERIOR AND EXTERIOR DOORS AT KORTE ELEMENTARY SCHOOL RFP# 2019-PUR-006 PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP #2019-PUR-006

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18006 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 14, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 12 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: JUNE 26,

More information

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

More information

INVITATION TO BID Public Library Roofing Project. Public Library Roofing Project Bid #17-14 August 25, :15 PM 2:30 PM

INVITATION TO BID Public Library Roofing Project. Public Library Roofing Project Bid #17-14 August 25, :15 PM 2:30 PM INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Public Library Roofing Project. Bids must be submitted in a sealed envelope plainly marked: Public Library Roofing Project

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

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR REPLACEMENT OF HVAC EQUIPMENT AT Highland High School, 1800 Bench

More information

Request for Proposal Airwatch Mobile Device Management

Request for Proposal Airwatch Mobile Device Management January 17, 2013 Request for Proposal 13026 Airwatch Mobile Device Management Tulsa Public Schools is inviting proposals to provide a mobile device management solution for the District in accordance with

More information

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

More information

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave) COUNTY OF SAGINAW Request for Proposal Saginaw Spirit Locker Suite Renovations and Addition The DOW (303 Johnson Street, Saginaw) Pre-Proposal/Site Tour Tuesday, November 22, 2016 @ 10:00am The Dow-Lobby

More information

Invitation For Bid IFB # Elevator Maintenance Services

Invitation For Bid IFB # Elevator Maintenance Services County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Invitation For Bid Elevator Maintenance Services This procurement

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 29, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots February 27, 2017 RFP-1617-414 INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots The Danville Public Schools Maintenance Department is requesting sealed bids for sealing, striping and painting

More information

REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT

REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT Physical Address: 501 South Main Street Mailing Address: PO Box 228 Telephone: 817-636-2462 Metro: 817-638-2758 www.cityofrhome.com cityofrhome@earthlink.net REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 26, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL PAGE 1 of 10 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

Request for Proposals Installation of Pavilions

Request for Proposals Installation of Pavilions Request for Proposals Installation of Pavilions The Jefferson County Parks and Recreation Commission is now accepting proposals for the installation of three (3) pavilions at James Hite Park located at

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

AUGUSTA COUNTY SERVICE AUTHORITY

AUGUSTA COUNTY SERVICE AUTHORITY AUGUSTA COUNTY SERVICE AUTHORITY 18 Government Center Lane P. O. Box 859 Verona, Virginia 24482-0859 REQUEST FOR SEALED BIDS Ductile Iron Pipe and Fittings ITB No. 1756 Issue Date: February 13, 2018 Sealed

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

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For HSP Station Building Roof Replacement NANCY RIDLEY City Manager JOHN ZANG Director Division of Public Works MALCOLM FOX Water Department Supervisor

More 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

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

More information

ADDENDUM No. 2. August 1, 2018

ADDENDUM No. 2. August 1, 2018 ADDENDUM No. 2 August 1, 2018 TO: FROM: RE: PROSPECTIVE BIDDERS GALE ASSOCIATES, INC. 160 N. Westmonte Drive Suite 1200 Altamonte Springs, FL 32714 407 599 7031 Indian River Elementary School Roof Replacement

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: September 11, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: SEPTEMBER

More information

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

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

INVITATION FOR BID TITLE: KITCHEN EQUIPMENT - REFRIGERATORS AND FREEZERS BRAND NAME ONLY

INVITATION FOR BID TITLE: KITCHEN EQUIPMENT - REFRIGERATORS AND FREEZERS BRAND NAME ONLY INVITATION FOR BID ISSUE DATE: November 7, 2016 IFB #: S-BB-17301 TITLE: KITCHEN EQUIPMENT - REFRIGERATORS AND FREEZERS BRAND NAME ONLY Bids will be received until November 22, 2016 at 2:00 p.m. Facsimile

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

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID INVITATION TO BID Office of Finance 100 West First North Street Morristown, TN 37814 INTRODUCTION The City of Morristown is accepting sealed bids for demolition of properties with specifications stated

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

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018 NAME OF CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS & CITY OF ALLEGAN MARCH 21, 2018 BOARD OF COUNTY ROAD COMMISSIONERS OF ALLEGAN COUNTY, MICHIGAN 1308 Lincoln Road,

More information

TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA PH: FAX:

TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA PH: FAX: TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA 24073 PH: 540-382-6128 FAX: 540-382-3762 SECTION I: INSTRUCTIONS TO BIDDERS INVITATION FOR BID December 17, 2014 IFB Number:

More information

Construction of the Leased Premises

Construction of the Leased Premises Construction of the Leased Premises Pre-Construction Requirements Construction Start The Tenant is required to commence construction no later than fourteen days after receipt by the Tenant of approved

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

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

City Of Hammond Purchasing Department. Request for Pricing: RFP For Construction of Metal Building at 190 Maintenance Yard

City Of Hammond Purchasing Department. Request for Pricing: RFP For Construction of Metal Building at 190 Maintenance Yard 1 City Of Hammond Purchasing Department Request for Pricing: RFP 15-42 For Construction of Metal Building at 190 Maintenance Yard Proposals shall be faxed/emailed/hand delivered to the City Of Hammond,

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

for Electrical Engineering Services for Smyth County School Board An Original and Three (3) complete copies of Sealed Proposals Due

for Electrical Engineering Services for Smyth County School Board An Original and Three (3) complete copies of Sealed Proposals Due LAURA B. HALL, CHAIRPERSON JERRY W. CATRON, VICE CHAIRMAN DARLENE DOYLE, CLERK JESSE CHOATE SMYTH COUNTY SCHOOL BOARD DR. MICHAEL M. ROBINSON, DIVISION SUPERINTENDENT 121 BAGLEY CIRCLE, SUITE 300 MARION,

More information

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax: COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA 19601 Tel: 610-478-6168 Fax: 610-898-7404 Kelly A. Laubach, CPPB, Director of Contracts and Procurement

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: MARCH 27, 2013 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 12 PAGES BIDS DUE:

More information

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting Bid Date Requested: 09/22/2017 Bid Due Date: 10/13/2017 Submission of Proposal:

More information

ARLINGTON TOWNSHIP BIDS FOR ROOF REPLACEMENT

ARLINGTON TOWNSHIP BIDS FOR ROOF REPLACEMENT ARLINGTON TOWNSHIP BIDS FOR ROOF REPLACEMENT PROJECT SPECIFICATIONS (to be available at Township Hall and posted on website) Arlington Township is soliciting bids to provide supervision, labor, equipment,

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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL PROJECT: Foster Central Plant Roofing RFP #13-015 PREPARED: May 28, 2013 PROCUREMENT OPERATIONS THE SOUTHERN BAPTIST THEOLOGICAL SEMINARY 2825 LEXINGTON ROAD LOUISVILLE, KY 40280 (502)

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information

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

ORANGE COUNTY PUBLIC SCHOOLS REQUEST FOR PROPOSAL #

ORANGE COUNTY PUBLIC SCHOOLS REQUEST FOR PROPOSAL # Issue Date: June 16, 2016 ORANGE COUNTY PUBLIC SCHOOLS REQUEST FOR PROPOSAL #2017-001 Title: Issuing Agency: Location of Work: Commodity Code: Period of Contract: General Architectural and Engineering

More information

AIA Document A103 TM 2007

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

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: AUGUST 13, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 10 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: AUGUST

More information

MANDATORY GENERAL TERMS AND CONDITIONS

MANDATORY GENERAL TERMS AND CONDITIONS MANDATORY GENERAL TERMS AND CONDITIONS A. PURCHASING M AN U AL / G O V E R NING R U LES: This s o l i c i t a t i o n and any resulting contract is s u b j e c t to the provisions of the Commonwealth of

More information

Fund Raising Activities Contractor s Agreement Certificate of Compliance Vendor Information Form/Vendor Self-Service Registration Instructions

Fund Raising Activities Contractor s Agreement Certificate of Compliance Vendor Information Form/Vendor Self-Service Registration Instructions Dear Vendor: The Prince William County Public Schools (PWCS) Purchasing Office has developed a list of approved Fund Raising Activities providers to include, but not necessarily limited to, brochure sales,

More information

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY Note: For service contracts clauses, Q, R, and S are normally not applicable and may be omitted. For goods contracts, omit clause

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

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More 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