DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID

Size: px
Start display at page:

Download "DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID"

Transcription

1 DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID BID NUMBER 706 The Davenport Community School District ( District ) invites written sealed bids for South Ticket Booth & ADA Improvements Brady Street Stadium The bid shall be submitted in accordance with the Provisions, Specifications, General Instructions, Request for Bid and Conditions of Purchase. Bids will be received by the Director of Operations, at the Davenport School District, Operation Center, and 1008 W. Kimberly Road, Davenport, Iowa PROJECT NAME: South Ticket Booth & ADA Improvements Brady Street Stadium, 3600 Brady Street, Davenport IA PROPOSED TIMELINES RELEASE DATE: September 5, 2014 Davenport Community School District will release all plans and specifications. PRE-BID CONFERENCE: September 15, 2014 at 2:00 p.m. A pre-bid conference will be held at Brady Street Stadium South Parking Lot to discuss objectives and answer questions relating to this invitation to bid. Bidders attendance is not required but strongly encouraged. BIDS RECEIVED: September 23, 2014 at 2:00 p.m. Bids must arrive on or before the published bid opening time. Upon designated bid opening time, all bids will be opened and read aloud. Bids must be submitted on the enclosed bid form. Bids must be submitted in a sealed envelope clearly marked South Ticket Booth & ADA Improvements Brady Street Stadium. Faxed bids will not be accepted. Late bids will be returned unopened. AWARD OF CONTRACT: October 13, 2014 A contract shall be awarded by the Board of Directors at their regularly scheduled board meetings. Meetings shall be held at the Achievement Service Center, 1606 Brady Street, Davenport Iowa at 6:00 p.m. local time. They reserve the right to reject any or all bids, or any part thereof, and to waive irregularities, and to enter into such a contract that will be deemed in the best interests of the School District. The decision to award the Contract shall be final. START OF CONTRACT: October 14, 2014 COMPLETION OF CONTRACT: December 22, 2014 The District requires the work to be completed including all punch list items prior to the above date. INTENT: It is the intent of this Invitation for Bid to establish a firm fixed price contract with a contractor for South Ticket Booth & ADA Improvements Brady Street Stadium in accordance with the Plans, Specifications and Project Manual if any. BASES OF AWARD: It is the intent of the District to award a contract to the lowest responsible responsive bidder, provided the bid has been submitted in accordance with the requirements of the bidding documents and is determined to be compliant with all bidding requirements, taking into consideration the price, quality, delivery, ability, past work history, and any other factors the District determines to be relevant. 1

2 SCOPE: Furnish all labor, materials, tools equipment, and supervision to complete said project. TERMS: The term of this contract will be for a one (1)-time purchase PRICE: The price will be a firm/fixed priced contract unless; the School District makes changes in writing by altering, adding to or deducting from the work. The contract sum will then be adjusted according. BIDDER QUALIFICATIONS: Before the award of contract, any bidder considered may be required to show that they have the necessary experience, facilities, ability and financial resources to perform the work in a satisfactory manner and within the time stipulated. It is not the District s intent to limit competition, however you must be pre qualified in order to bid on District projects. Bidder shall complete, sign and return a Contractors Bid List Qualification Form. You may obtain a copy of this form, by contacting the Operation Center, 1008 W. Kimberly Road, Davenport IA 52806, during their normal business hours 8:00 a.m. till 4:30 p.m. Monday through Friday or visit our web site at Under Vendor select Construction Bid Qualification Form. Note: you must be registered with the State of Iowa and have an Iowa Contractor s Registration number and be acceptable to the District, Code of Iowa 91C. MODIFICATION OR WITHDRAWAL OF BID: A bidder may modify or withdraw their bid in person by his/her representative provided proper identification is presented before the official closing date and time. No bid may be withdrawn for a period of forty - five (45) calendar days after the opening thereof under penalty of forfeiture of bond. INTERPRETATION OF CONTRACT DOCUMENTS: Any person contemplating, submitting a bid on this project and is in doubt as to the true meaning of any part of the drawings, specifications, or other proposed construction documents, that person shall submit to the District in writing a request for an interpretation. Request should be received not less than seven (7) calendar days before the bid date. The person submitting a request will be responsible for its prompt delivery. Clarification to the bid documents will be issued in writing and returned to the person in a timely manner. Should the bid document require revisions it will be sent to all bidders of record using a written addendum. See Addendum. RESERVED RIGHTS OF THE SCHOOL DISTRICT: Rejection of bids: The School District reserves the right without penalty to accept or reject any part of any bid, and to accept or reject any or all bids if it is in the best interest of the District. No contract will be awarded except to responsible bidders capable of performing the contract as stated in writing in this document. All bids submitted for evaluation become the property of the School District. Bidder shall be informed in writing of the District s award. Any bid shall be rejected outright and not evaluated for any one of the following reasons. Failure to deliver the bid by the prescribed time on the due date. Failure to include the required response form (s) signed by an officer of the company submitting the bid. Failure to include any documents called for in the specifications. Failure to follow the bid form instruction as specified herein. 2

3 The District reserves the right to withdraw or modify this RFB at any time for any reason and to issue such clarifications, modifications and/or amendments as it may deem appropriate. The receipt of a bid by the District or the submission of a bid to the District confers no rights upon the contractor nor obligates the District in any manner. The District reserves the right to waive minor irregularities in bid, provided that such action is in the best interests of the District. Any such waiver shall not modify any remaining RFB requirements or excuse the contractor from full compliance with the RFB and other contract requirements if the contract is awarded. TERMINATION: The District may terminate the contract resulting from this request at any time that a contractor fails to fulfill the contract terms and conditions. The District shall provide written notice to the contractor on non-performance and the contractor shall have 24 hours to correct the non-performance. After the notice, if the contractor fails to remedy the conditions contained in the notice in a timely manner, the District may terminate the contract. The District shall be obligated only for those services rendered and accepted before the date of notice of termination, less any damages that may be assessed for non-performance. Notwithstanding any other provisions of the contract, if funds anticipated for the continued fulfillment of this contract are at any time not forthcoming or insufficient, either through the failure of the State or the District to appropriate funds or through discontinuance of material alteration of the program for which funds were provided, the District shall have the right to terminate this contract without penalty by giving not less than thirty days written notice to the contractor. FORCE MAJEURE: All delays in or failure of performance by either party under this contract shall not constitute default hereunder, or give rise to any claim for damages if such delays or failures are caused by circumstances beyond the control of the party concerned, including by way of specifications, without limitation, decrees of government funding, acts of God, fire, flood, explosion, acts of the military, sabotage, or crime. Should there be a force that interrupts the Davenport Schools Board of Directors from their expected course of action i.e. agenda items requiring action, they will be rescheduled for the next regularly scheduled board meeting. Change of venue will be posted on our Web Site by the appropriate Department. Media services will be notified of date and time by the District authorized person. PROJECT DELAYS: The District retains the right to withdraw work from an untimely contractor and hire others to maintain project timelines at the contractor s expense. These expenses will be back charged to the contractor. Upon notifications of defective or untimely performances, the District shall recover any excess cost and expense from contractor and terminate contractor from the work. PAYMENT TERMS: The District will make payments after final acceptance of work performed and in accordance with the terms of this contract. WITHHOLDING PAYMENT: Conditions for withholding payment from the contractor shall include without limitation, faulty materials, equipment, or workmanship, back orders, liens that have been filed, or evidence indicating possible filing of claims. In all cases, regulations and limitations imposed by the Federal Government and State of Iowa shall prevail. INVOICING: All invoices received for payment must be pre-approved by the Board of Directors for the District at their regularly scheduled meetings. Payments will not be made outside of the District s normal payment cycle. 3

4 TAXES: Contractors in submitting a bid DO NOT include Iowa taxes due. Tax exemption certificates will be furnished to the successful contractor and sub contractors. A copy of this document must be presented to your supplier(s) prior to purchasing your materials. Tax exemption certificates will be issued by the District one time only. It is the responsibility of the general contractor to submit a list of all sub-contractors requiring tax exemption certificates to the District project manager for review. All certificates will be sent to the general contractor. It will be the responsibility of the general contractor to record and distribute the certificates to his/her subcontractors. Code of Iowa states it is illegal for a contractor/subcontractor to use or allow another contractor to use the certificate issued by the Davenport Community School District on another project Complete information on qualifying materials can be found on the Department of Revenue website. Out of state taxes need to be included on purchases of materials and/or services made out of the State of Iowa. LIEN WAIVERS: Contractors must include all final lien waivers when submitting your final pay application. Final payment application submitted without Final Lien Waiver attached will be returned to contractor. NOTICE TO BIDDERS Each bidder, before submitting a bid, shall become fully informed as to the extent and character of the work required. No consideration will be granted for any alleged misunderstanding of the materials to be furnished or the work to be done; it is further understood that the submission of a bid is an agreement to all items and conditions referred to herein. IOWA PREFERENCE REQUIREMENTS: A preference shall be given by the contractor to Iowa residents in hiring for the construction of buildings or public improvements. (Iowa Code # 73.3) By virtue of statutory authority, a preference will be given to products and provisions grown and coal produced within the State of Iowa (Iowa Code 73.1). A preference shall be given to targeted small business, minority-owned businesses and female-owned businesses for any work or subcontracting. (Iowa Code 73.17) Reciprocal resident bidder preference by state, its agencies, and political subdivisions: Iowa Code Section 73A.21 requires contractors to supply information with their bids regarding their resident or nonresident status. Failure to provide the statement with your bid may result in the bid being deemed nonresponsive. This may result in the bid being rejected by the public body. A copy of the Bidders Status Form can be found attached to this document. It is also available on line at: form.pdf. Preference shall be given to purchasing Iowa products and purchases from Iowa-based businesses if the Iowa-based business bids submitted are comparable in price to bids submitted by out-of-state businesses and otherwise meet the required specifications. Iowa Code 8A.311 ADDENDUM: Necessary revisions to the bidding document will be issued as a written addenda within a reasonable time prior to the bid date to all known to have received a copy of the bidding documents and will become part of the bidding documents. Interpretation, corrections or changes of the bid documents made in any other manner shall not be binding, and bidders shall not rely upon such interpretations, corrections or changes. 4

5 CORRECTIONS OF ERRORS ON BID FORMS: All prices and notations should be in ink or typewritten. Errors should be crossed out, corrections entered and initialed by the person signing the bid. Erasures or the use of typewriter correction fluid may be cause for rejection. No bid shall be altered or amended after specified time for opening. RESPONSIBILITY OF CONTRACTORS: The contractor shall: A. Provide competent supervision. B. Take precautions necessary to protect persons or property against injury that may occur as a result of their negligence. C. Performs the work without unnecessarily interfering with other contractors work or District activities. D. Be responsible for any and all damages to existing facilities and equipment. E. Be responsible for work performed and materials delivered; include School District furnished items, until completion and final acceptance. F. Upon request, the contractor shall furnish the District with a complete list of all employees and other personnel who will be working on District property on this project. The District reserves the right to deny access to District property to any employee or personnel who are unacceptable to the School District. It is the responsibility of the general contractor to ensure the requirements for the Renovation, Remodel and Repainting (RPR) Rule for Lead containing materials is met. For all renovation projects with buildings age prior to 1978, the general contractor must have a state licensed Lead Safe Renovator on site at all times to ensure requirements are met. For additional information contact Iowa Department of Public Health, Bureau of Lead Poisoning Prevention at CRIMINAL BACKGROUND CHECK/SEX OFFENDER REGISTRY: The Contractor shall be responsible for conducting a criminal background check and the Iowa and Illinois Sex Offender Registry as to all persons working on District property or in District buildings. This includes all employees of the Contractor or any sub-contractor, all Independent Contractors, Casual Laborers, Workers obtained through Union Halls or Hiring Halls, and all other individuals present on District property at any time during the performance of the Contract. No person shall be permitted to work on District property who has been convicted of a felony or who is on the Sex Offender Registry for any State. The Contractor must have records available for the District to inspect upon request to verify that background/sex offender checks have been performed on all persons working on District property. The District reserves the right to order the Contractor to remove any person from the District s work who the District determines to be a threat to safety of students, District employees, other workers, parents, visitors, or otherwise. All workers must follow District regulations and rules as to building access and security. BOARD POLICY 103 COMPLAINTS AGAINST CONTRACTED SERVICE PROVIDERS: All contractors/subcontractors/vendors will be held liable for any and all alleged aggrieved complaints made against their employees. All correspondence between the contractors/subcontractors/vendors and the District will be in writing. To ignore this policy could result in you being asked to leave the District premises and your removal from our approved bidders list. CONTRACTORS INSURANCE: The Contractor shall purchase and maintain such insurance as will protect him/her from claims set forth below which may arise out of or result from the Contractor s operations under the Contract, whether such operations be by the Contractor or by any Subcontractor or by anyone directly or indirectly employed by any of them, or by any one for whose acts any of them may be liable. INSURANCE CLAUSE: Insurance coverage shall cover the following: 5

6 1 Claims under workers compensation benefits and other similar employee benefits act or claims for damages because of bodily injury, occupational sickness or disease, or death of his/her employees. 2. Claims for damages or liability because of bodily injury, sickness or disease, or death of any person other than employees. 3. Claims for damages for personal injury, which are sustained by any person, directly or indirectly (1) related to the employment of such person by the contractor, or (2) by any other person. 4. Claims for damages because of injury to or destruction of tangible property, including loss of use resulting there from other than to the work itself. 5. Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle 6. Claims covered by so-called Builder s Risk coverage. A Contractor shall obtain and pay premiums for the following minimum insurance in connection with the contract and at the job site until the work is completed and accepted by the Owner. TYPE OF COVERAGE 1. Commercial General Liability General Aggregate 4,000,000. Products/Complete Operations Aggregate 4, Personal/Advertising Injury 1,000,000. Each Occurrence 1,000, Business Automobile Liability Each Person 1,000,000. Each Accident 1,000, Employers Liability Statutory Amount 4. Umbrella policies are acceptable to reach these limits of liability. 5. Builder s Risk Contract Price Certificates of Insurance shall be furnished by the Contractor to the owner and such certificates shall provide 30 days prior notice by registered mail of any material change in, or cancellation of, this insurance. The Contractor must require the subcontractors to furnish all certificates of insurance. The Contractor shall require his Subcontractors to take out and maintain the same coverage as above. Certificates of Insurance shall be furnished to the District within ten (10) days after Notice of Award is issued to the successful bidder. Notice to Proceed will not be issued until the certificate has been reviewed by the Owner. All insurance shall name the District as an additional insured and shall waive subrogation as to the District. WORKERS COMPENSATION: The Contractor shall maintain during the life of this contract the statutory Worker Compensation Insurance for all of his employees to be engaged in work on the project under this contract. Certificates of Insurance shall be furnished by the contractor to the District and such certificates shall provide 30 days prior notice by registered mail of any material change in or cancellation of, this insurance. INDEMNIFICATION: Contractor shall indemnify and hold harmless the District or its agents and employees against third party claims resulting from any damages, losses and expenses relating to the work. Contractor agrees to notify the District by certified mail return receipt request, or by overnight courier immediately upon knowledge of any claim suit, action or proceedings. To the fullest extend permitted by law, the Contractor shall indemnify and hold harmless the District and its agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorneys fees, arising out of or resulting from the performance of the work, provided that any such claim, 6

7 damages, loss or expenses (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property including the loss of use resulting there from (2) is caused in whole or in part by any negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnify which would otherwise exist as to any part of person. In any and all claims against the District or any agents or employees by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under workers or workman s compensation acts, disability benefit acts or other employee benefit acts. COMPLIANCE WITH APPLICABLE CODES AND REGULATIONS: Bidder attention is directed to the fact that all applicable Federal and State laws, local ordinances and rules and regulations of authorities having jurisdiction over the work of this project shall apply to a contract resulting from this bid. It shall be deemed that those rules and regulations are made a part of the contract the same as if set forth in their entirety therein. By submitting a bid, the bidder confirms that he/she is familiar with and understands their responsibility under all applicable laws, ordinances, and rules and regulations with respect to the work described by the proposed contract document. The successful bidder shall, during the course of performance under the proposed contract comply with all occupational, safety & health standards and EOE Regulations. SUSPENSIONS & DEBARMENT: The contractor certifies pursuant to 48 CFR Part 9 that neither it nor its principles are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this Contract by any Federal Agency. The Contractor further certifies that they are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in any contracts with the State of Iowa. BID SECURITY: A bid security in the amount of five percent (5%) of bid total must accompany bid response. The bidder and an acceptable surety company authorized to do business in the State of Iowa should in the form of a certified check or a bid bond execute bid security. A certified or cashier s check drawn on a solvent Iowa bank or a bank chartered under the laws of the United States. The bid security shall be forfeited to the District as liquidated damages in the event the successful bidder fails to enter into a contract. PERFORMANCE BOND: The award and notice to proceed will be conditioned upon receipt of a Performance Bond in the amount of one hundred percent (100%) of the total bid amount. PAYMENT BOND: The award and notice to proceed will be conditioned upon receipt of a Payment Bond in the amount of one hundred percent (100%) of the total bid amount. SECRUITY DEPOSIT: Security deposits of the unsuccessful bidders will be returned promptly after the Board has approved a successful bidder. CHANGE ORDER: The contractor shall not perform any work other than as specified in the contract, without first receiving a written change order from the District. The change order will amend the contract. If the contractor fails to 7

8 obtain a written change order the contractor shall proceeded at its own expense and the District shall not be obligated to make payment therefore oral change orders will not be honored. GRATUITIES: Chapter 722 of the Code of Iowa provides that it is a felony to offer, promise or give anything of value or benefit to a person serving in a public capacity including a school district employee with the intent to influence that employee s act, opinion, judgment or exercises of discretion with respect to the employee s duties. AFFIRMATION ACTION: The contractor will take affirmative action in complying with all Federal & State requirements concerning fair employment and employment of the handicapped, and concerning the treatment of all employees, without regard or discrimination by reason of race, color, religion, sex, national origin or physical handicap. CONTRACT DOCUMENT: Contract Documents will consist of the Request for bid, detailed plans, drawings, specifications, project manual, if any, the signed and accepted bid form, the signed and accepted contract, the approved performance bond, bid conditions, and the insurance certificates. BIDDER S RESPONSIBILITY: By submitting a bid, bidder certifies that he or she has read, understands, and will fully and faithfully comply with this invitation for bid, its attachments and any referenced documents. Bidder also certifies that the prices offered were independently developed without collusion with any other bidder or potential bidders. If you have questions concerning this bid contact Mike Maloney at between the hours of 7:30 a.m. and 4:30 p.m. local time, Monday through Friday. 8

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA 52803 REQUEST FOR PROPOSAL Proposal # 680 The Davenport Community School District invites written sealed proposal for Replacement

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

More information

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

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

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

INSTRUCTIONS TO BIDDERS

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

More information

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

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

More information

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

More information

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

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

DUBUQUE COMMUNITY SCHOOL DISTRICT 2300 CHANEY ROAD DUBUQUE, IOWA REQUEST FOR PROPOSAL(RFP)

DUBUQUE COMMUNITY SCHOOL DISTRICT 2300 CHANEY ROAD DUBUQUE, IOWA REQUEST FOR PROPOSAL(RFP) DUBUQUE COMMUNITY SCHOOL DISTRICT 2300 CHANEY ROAD DUBUQUE, IOWA 52001 REQUEST FOR PROPOSAL(RFP) Dubuque Community School Concessions - BEVERAGE PRODUCTS The Dubuque Community School District invites written

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES Proposals

More information

SECTION NOTICE TO BIDDERS

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

More information

SUBCONTRACTOR AGREEMENT

SUBCONTRACTOR AGREEMENT SUBCONTRACTOR AGREEMENT THIS AGREEMENT MADE THIS DAY OF IN THE YEAR OF 2016 (In words, indicate day, month and year) BETWEEN DeWitt & Associates, Inc. 1256 South Barnes Springfield, Missouri 65804 AND:

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

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

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

More information

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

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

More information

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

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

SUBCONTRACT CONSTRUCTION AGREEMENT

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

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

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

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

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

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the removal of wood waste for the Forestry Division Instructions to Bidders 1. An advertisement

More information

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: #15-013 BOE Due on

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. (15036) (CGC Golf Cart Batteries) Bid Release: (1-28-2015) Bid Questions Deadline: Bid Due Date: (2-05-2015) @ 10:00 am (2-11-2015) @ 3:00 pm Postal Return

More information

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM CONTRACT FOR WEATHERIZATION SERVICES BETWEEN THE OF Agency name (Hereinafter referred to as the "Agency") AND Contractor name (Hereinafter referred to as the "Contractor") FOR CONTRACT # GRANT AGREEMENT

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

Page of 5 PURCHASE AGREEMENT

Page of 5 PURCHASE AGREEMENT Page - 1 - of 5 (the Effective Date ) PURCHASE AGREEMENT THIS PURCHASE AGREEMENT (this Purchase Agreement ), dated the date specified above, is by and between (the "Contractor") and (the "Subcontractor").

More information

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS The City of Levelland is seeking proposals to install two playgrounds in the Levelland Park System. Sealed proposals clearly marked on the outside

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

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

More information

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD. SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the Agreement ) is entered into this day of, 20, by and between the University of Maine System acting through the University of ( University

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

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

More information

Request for Proposal Data Network Cabling

Request for Proposal Data Network Cabling Request for Proposal Data Network Cabling Vernon Public Schools, Connecticut BID # VPS-FY16-004 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov Proposals Due: Thursday,

More information

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

More information

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES) Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES) This CONTRACT, made this day of August 2014, by and among Crussin Explorer Transportation Inc. d.b.a. Cline Tours, Inc. (the Contractor.) and The City

More information

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381 CITY OF SHENANDOAH REQUEST FOR PROPOSALS for the SPECIAL EVENT TENTS CITY OF SHENANDOAH 29955 I-45 NORTH SHENANDOAH, TEXAS 77381 RESPONSES DUE MONDAY, SEPTEMBER 19, 2016 @ 10:00 AM 1 CITY OF SHENANDOAH

More information

Request for Proposal CNC Mill For the Rockville High School

Request for Proposal CNC Mill For the Rockville High School Request for Proposal CNC Mill For the Rockville High School Vernon Public Schools, Connecticut BID # VPS-FY15-004 Inquiries: Ms. Nicole Fillion Grant Writer 30 Park Street Vernon, CT 06066 nfillion@vernon-ct.gov

More information

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

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

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement (the Agreement ) is entered into this day of, 20, by and between the University of Maine System ( University ), and ( Business Associate ).

More information

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

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

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

WINDOW WASHING

WINDOW WASHING REQUEST FOR BID FOR WINDOW WASHING 2019-2021 Madison, Wisconsin July, 2018 Advertisement for Bids The Madison Metropolitan Sewerage District requests bids for Window Washing 2019-2021. Specifications are

More information

OGC-S Owner-Contractor Construction Agreement

OGC-S Owner-Contractor Construction Agreement Owner-Contractor Construction Agreement This agreement is entered into as of ( Effective Date ) between Lone Star College (the "College"), a public junior college pursuant to Section 130.004 of the Texas

More information

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Electrical Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

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

Sample Request For Proposals

Sample Request For Proposals Sample Request For Proposals California Education Coalition for Health Care Reform A Joint Labor-Management Committee NOTICE TO BIDDERS HEALTH CARE INSURANCE NOTICE IS HEREBY GIVEN that the (name of district>.

More information

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. ARTICLE 5 - Bonds and Insurance 5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. For the purposes of this Article, the terms Terrebonne Parish Consolidated Government, TPCG, and OWNER shall include,

More information

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For Iredell County BID AND PROJECT REQUIREMENTS AND CONTRACT For MISC. BUILDING IMPROVEMENTS Iredell County Solid Waste 354 Twin Oaks Road Statesville, NC 28625 I N F O R M A L B I D I N V I T A T I O N #16-750-IC-03

More information

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

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

More information

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT This CONSULTING SERVICES AGREEMENT (this Agreement ) is entered into effective as of, by and between Trinity University, an agency and institution of higher

More information

REVISED. Fire Extinguisher Testing Per the worksheet, special instructions, terms and conditions, general terms and conditions

REVISED. Fire Extinguisher Testing Per the worksheet, special instructions, terms and conditions, general terms and conditions FORM OF PROPOSAL Des Moines Public Schools No: Q7406 Division of Purchasing Date Issued: 3/21/16 1915 Prospect Rd Suite 1200 Date Due: 4/12/16 (Revised) Des Moines, IA 50310 Time: 3:00 p.m. Phone (515)242-7751

More information

SAMPLE SUBCONTRACTOR AGREEMENT

SAMPLE SUBCONTRACTOR AGREEMENT SAMPLE SUBCONTRACTOR AGREEMENT This Agreement, as negotiated herein, is entered into by and between, Subcontractor and, Contractor on this day of, 20. Subcontractor,, agrees to provide the following described

More information

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

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO BID COVER SHEET JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO **************************************** PROPOSAL CONTRACT DOCUMENTS FOR FIRE STA TION #202 3650 Hoover Road Concrete Rear Replacement

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

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

More information

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

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

More information

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SOLID WASTE & DISPOSAL SERVICE RFP - SOLID WASTE & DISPOSAL SERVICE

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SOLID WASTE & DISPOSAL SERVICE RFP - SOLID WASTE & DISPOSAL SERVICE REQUEST FOR SEALED PROPOSAL ADVERTISEMENT for SOLID WASTE & DISPOSAL SERVICE RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 The City of College Park is accepting sealed proposals from qualified vendors

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS 1. PURCHASE ORDER DEFINED: The term "purchase order" as used in these terms and conditions means the document entitled "Purchase

More information

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

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

More information

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

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

More information

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES RFP # 2018-06 SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES The Baker County Board of County Commissioners, Florida (County) will receive sealed proposals until 3:00 p.m. local time, on April

More information

DUBUQUE COMMUNITY SCHOOL DISTRICT 2300 CHANEY ROAD DUBUQUE, IOWA FOOD & NUTRITION SERVICES REQUEST FOR PROPOSAL BREAD PRODUCTS

DUBUQUE COMMUNITY SCHOOL DISTRICT 2300 CHANEY ROAD DUBUQUE, IOWA FOOD & NUTRITION SERVICES REQUEST FOR PROPOSAL BREAD PRODUCTS DUBUQUE COMMUNITY SCHOOL DISTRICT 2300 CHANEY ROAD DUBUQUE, IOWA 52001 FOOD & NUTRITION SERVICES REQUEST FOR PROPOSAL BREAD PRODUCTS The Dubuque Community School District invites written sealed proposal

More information

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR Bid #08-15 Sealed bids for a three year, annually renewable contract to provide School Fencing Repairs and installation

More information

HEATING AND COOLING SYSTEM MAINTENANCE

HEATING AND COOLING SYSTEM MAINTENANCE TOWN OF HOPKINTON HEATING AND COOLING SYSTEM MAINTENANCE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS Heating

More information

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

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

More information

TOWN OF PRESCOTT VALLEY Public Works 7501 E. Civic Cr. Prescott Valley, AZ Solicitation Number: RFP 12/13

TOWN OF PRESCOTT VALLEY Public Works 7501 E. Civic Cr. Prescott Valley, AZ Solicitation Number: RFP 12/13 2.0 TERMS AND CONDITIONS SECTION TWO TERMS AND CONDITIONS 2.1 SUBMITTAL OF PROPOSALS Five complete sets of the proposal package shall be submitted and marked Original, and shall include the name of Proposer,

More information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT Section 1 Additional Administrative Information 1.1 Purchasing Agent The Purchasing Agent identified in the RFB cover sheet is the sole point of contact regarding

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

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

More information

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB) Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY 14456 Request for Bids (RFB) Herbicide control of water chestnut in the Finger Lakes PRISM Region Release Date: May 11, 2018 Bid due date and

More information

St. George CCSD #258

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

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT Chain Link Fence Installation at CBJ Wastewater Facilities QUOTES ARE DUE PRIOR TO 2:00 p.m., March 12, 2014 RESPONDING

More information

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

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

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.

More information

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918) BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK 74012 PHONE (918) 259-5700 FAX (918) 259-4344 Request for Bid Foundation Repair North Intermediate High School #B12-29 Time and Date to be Returned:

More information

(e-procurement System)

(e-procurement System) B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69

More information

THE CITY OF MOBILE MOBILE, ALABAMA

THE CITY OF MOBILE MOBILE, ALABAMA THE CITY OF MOBILE MOBILE, ALABAMA PROJECT MANUAL FOR MARDI GRAS 2019 PORTABLE TOILETS VARIOUS CITY OF MOBILE LOCATIONS PS-001-19 City of Mobile, Alabama Building Services Department P. O. Box 1827 Mobile,

More information

CONTRACT DOCUMENTS SPECIFICATIONS AND CONSTRUCTION PLANS FOR INFORMAL BID NO CITY HALL SECURITY FENCING INSTALLATION.

CONTRACT DOCUMENTS SPECIFICATIONS AND CONSTRUCTION PLANS FOR INFORMAL BID NO CITY HALL SECURITY FENCING INSTALLATION. CONTRACT DOCUMENTS SPECIFICATIONS AND CONSTRUCTION PLANS FOR INFORMAL BID NO. 643-16 CITY HALL SECURITY FENCING INSTALLATION in the CITY OF LANCASTER 44933 North Fern Avenue Lancaster, California 93534

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

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

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91

More information

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL CONTRACTOR 17GRAVEL2 PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL Furnish, Haul and Spread processed road gravel (22-A Modified or 21AA) at various locations in

More information

INVITATION TO BIDDERS. Notice is hereby given the Collinsville Area Recreation District ( CARD ) is accepting proposals for the following project:

INVITATION TO BIDDERS. Notice is hereby given the Collinsville Area Recreation District ( CARD ) is accepting proposals for the following project: www.collinsvillerec.com 10 Gateway Drive, Collinsville, Illinois 62234 (618) 346-PLAY(7529) (618) 346-7530 (fax) INVITATION TO BIDDERS Notice is hereby given the Collinsville Area Recreation District (

More information

MASTER SUBCONTRACT AGREEMENT

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

More information