CITY OF SAN MATEO REQUEST FOR QUOTES FOR PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY FOR SAN MATEO VILLAGE NEIGHBORHOOD

Size: px
Start display at page:

Download "CITY OF SAN MATEO REQUEST FOR QUOTES FOR PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY FOR SAN MATEO VILLAGE NEIGHBORHOOD"

Transcription

1 CITY OF SAN MATEO REQUEST FOR QUOTES FOR PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY FOR SAN MATEO VILLAGE NEIGHBORHOOD REVISED RFQ, NOVEMBER 17, 2009

2 PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY, SECTION 1 NOTICE OF REQUEST FOR QUOTES Project Name: Private Sewer Lateral Replacement Pre-Priced Contractor Availability for San Mateo Village Neighborhood 1. Sealed quotes will be received by the City Manager, or designee of the City of San Mateo, California, for the Project identified above and as described in this Request for Quotes. The work described requires that the party submitting the quote be licensed by the State of California as either a Class A, B, C34, and/or C36, Contractor. 2. The Request for Quotes, plans and proposal forms are available at the Public Works Department, City Hall, 330 West 20th Avenue, San Mateo, California. 3. Addenda issued during the time for submission of the quote shall become a part of the documents furnished to party submitting the quote for the preparation of quote, shall be covered in the quotes, and shall be made a part of the Contract. Each quote shall include specific acknowledgement in the space provided of receipt of all Addenda issued during the quoting period. Failure to acknowledge may result in the quote being rejected as not responsive. Failure of any party submitting a quote to receive such Addenda shall not be grounds for non-compliance with the terms of the instructions. It is the responsibility of the contractor to contact the City to determine the existence of any and all addenda. Addenda will be posted online at (search by bids and proposals ). 4. The right is reserved, as the interest of the City may require, to reject any or all quotes, to waive any informality in quotes, and to accept, modify, or reject any items of the quote, or in the case of a single quote being received to extend the acceptance date by up to thirty (30) days with notice. 5. In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this quote was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of advertisement for quotes. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for quotes, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into.

3 PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY, It is understood that it is the responsibility of the party submitting the quote to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of parties submitting a quote. Any errors or defects in the materials in the City Clerk's office will not excuse party submitting the quote failure to comply with the actual scale then in force. 6. Said sealed proposals shall be delivered to the City Clerk, City Hall, 330 West 20th Avenue, San Mateo, California 94403, no later than 2:00 p.m., Tuesday, November 24, 2009, and they shall be opened and read by a City Representative at said date and time at a public meeting called by him. Quotes shall be addressed and noted as follows: City Clerk City of San Mateo 330 West 20th Avenue San Mateo, CA Contents: Private Sewer Lateral Replacement Pre-Priced Contractor Availability for San Mateo Village Neighborhood Following the closure of the quote submittal period, quotes will be publicly opened and read for performing work as follows: Furnishing all labor, materials and equipment, and performing all work necessary and incidentals to the replacement of privately-owned sewer laterals pursuant to contracts with owners of private residential property in the City of San Mateo, and in conformance with codes and specifications as required by the City of San Mateo and according to this Request for Quotes. 7. Each party submitting a quote is instructed to submit two signed copies of their quote. Quotes received after the designated time will not be accepted by the City Clerk. Parties submitting quotes and their authorized agents are invited to attend the quote opening. 8. All questions and/or requests for clarifications during the quote submittal period shall be directed to the name and address or (preferred communication) identified in Section 2.2 Interpretation of Contract Documents of this solicitation. As part of the City s Sewer Lateral Replacement Program the City intends to select up to four contractors to be placed on an availability list for private contract opportunities with owners of residential property located in the City s San Mateo Village neighborhood for the replacement of defective, cracked and/or leaking sewer laterals, in accordance with price schedules submitted in the contractors quotes. Submission of a quote shall constitute a firm offer to owners of residential property in the City s San Mateo Village neighborhood for sewer lateral replacement for twenty-four months from the date of the quote. No party submitting a quote may withdraw its quote for a period of ninety days (90) calendar days after the quote submission due date. Date: November 17, 2009

4 PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY, SECTION 2 INSTRUCTIONS FOR PARTIES SUBMITTING QUOTES Project Name: Private Sewer Lateral Replacement Pre-Priced Contractor Availability for San Mateo Village Neighborhood 1. STATEMENT OF PURPOSE As part of the City of San Mateo s Sewer Lateral Replacement Program, the City intends to select up to four contractors to be available for private contract opportunities with owners of residential property located in the City s San Mateo Village neighborhood for the replacement of defective, leaking and/or cracked sewer laterals, in accordance with price schedules submitted in the contractors quotes. (Please see Exhibit A for a Map of the San Mateo Village Neighborhood and Exhibit B for a drawing of the Standard Sewer Lateral. ) Studies have shown that high Inflow & Infiltration (I&I) can be traced to poor lateral maintenance and repair by residents. Old pipes can be cracked, have open joints, or be misaligned, resulting in I&I. If this condition is not addressed, tree roots or materials traveling through the pipe get caught and cause surcharging of the system. If this condition exists past the sewer cleanout, if one exists, a backup will occur and potentially allow for spills into the street through the clean out. The cost to repair laterals is expensive and many residents opt to pay for regular cleaning or live with slow drains rather than replace lateral lines that have become susceptible to root intrusion and/or alignment problems. As an incentive, free video inspections up to $250 value, grants (for qualifying residents) and low interest loans to replace the lateral are being offered to approximately 1,200 homeowners in the San Mateo Village neighborhood in the area bounded by McClellan/Bay Meadows 2 Development on the North and Highway 101 on the East; Laurel Creek/41 st Place on the South and Pacific Blvd. on the West. The grant program will provide matching funds of 50% of the lateral replacement cost and well as low interest loans of up to 2 percentage points below the prime rate. The budget for this five-year program is approximately $700,000. The work to be performed under these private contracts will consist of the furnishing of all labor, materials and equipment, and performing all work necessary and incidental to the replacement of privately-owned sewer laterals pursuant to contracts with owners of private residential property in the City of San Mateo, and in conformance with codes and specifications, including installation of a proper cleanout (see Exhibit B), as required by the City of San Mateo and according to this Request for Quotes. The City will (a) make the successful Contractor s quote information available to City residents in the project area and the (b) the contractors will agree to offer sewer lateral replacements to private property owners in accordance with prices quoted under this solicitation.

5 PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY, INTERPRETATION OF DOCUMENTS No oral representation or interpretation will be made to any parties submitting quotes as to the meaning of the Documents. Questions and requests for clarifications or interpretation shall be made in writing and delivered by mail or in person, or may be submitted by to Sheri Costa-Batis, Management Analyst II, at the address(es) below by November 16, All questions and requests must be received by above date; postmarks not accepted. Clarifications and interpretations, where necessary, will be made by the City in the form of an addendum to the Documents and, when issued, will be posted on the City s website, (search by bids and proposals ). All such addenda shall become part of the RFQ. Requests for information before and after the RFQ Opening shall be directed to: City of San Mateo Department of Public Works 330 West 20 th Avenue San Mateo, CA Attn: Sheri Costa-Batis/Sewer Lateral Replacement Program scosta-batis@cityofsanmateo.org 3. QUOTE SOLICITATION PROCESS TIMELINE The following project timeline is provided for your scheduling information, but it may be subject to change at the discretion of the City. Request for Clarifications/Questions Due November 16, 2009 Protest to Form or Content of Solicitation or Contract Documents November 17, 2009 Quotes Received/Quote Opening November 24, 2009, 2:00 p.m. 4. SUBMITTAL AND OPENING OF QUOTES Quotes will be received by the City Clerk, or designee, of the City of San Mateo for the Project identified above until Tuesday, November 24, 2009 at 2:00 p.m., at which time quotes will be opened. Quotes shall be addressed and notated as follows: City Clerk City of San Mateo 330 West 20th Avenue San Mateo, CA Contents: Quote for Private Sewer Lateral Replacement Pre-Priced Contractor Availability For San Mateo Village Neighborhood

6 PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY, Each party submitting a quote is instructed to submit two signed copies of their quote. Quotes received after the designated time will not be accepted by the City Clerk. Parties submitting quotes and their authorized agents are invited to attend the quote opening, noted above. 5. COMPLETION OF QUOTE FORMS Quotes shall be made on the blank forms provided by the City in Section 4 of this solicitation. All quotes shall provide proposed prices in the spaces provided, shall give all other information requested therein, and shall be signed by the party submitting a quote or an authorized representative, with their address. Parties submitting quotes must prepare and submit all required documents. Parties submitting quotes are warned against making erasures or alterations of any kind without initialing each and every such change. Quotes that contain erasures or irregularities of any kind without such initialing, or any omissions, may be rejected. If the unit price is unreadable or otherwise unclear, or is omitted, the quote may be deemed irregular. The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission, inconsistency, error or other irregularity which may occur in a quote. Any situation not specifically provided for will be determined in the discretion of the City of San Mateo, and that discretion will be exercised in the manner deemed by the City of San Mateo to best protect the public interest in the prompt and economical completion of the work. The decision of the City of San Mateo respecting the amount of a quote, or the existence or treatment of an irregularity in a quote, shall be final. Services and items beyond those for which prices are required on the quote form, including installation of a property line cleanout, may be contracted for at prices negotiated with private property owners. A proper cleanout will be installed in accordance with City of San Mateo Standard Drawing # (see Exhibit B). Parties may not submit multiple, alternate quotes. Any quote submitted by an individual must include his/her name, signature, mailing address, telephone and fax numbers, and address. Any quote submitted by a firm or partnership must include the name, mailing address, address, telephone and fax numbers of the firm or partnership, and the signature of at least one of the general partners. Any quote submitted by a corporation must include: the name of the corporation and the state of incorporation; the mailing address of the corporation; a contact name, address, telephone number and fax number; and the signature of two officers authorized to sign on behalf of the corporation, or of a single person authorized to bind the corporation, in which case the single signature must be accompanied by evidence of such authorization.

7 PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY, No oral, telegraphic, or telephone (including facsimile) proposals or modifications will be considered. The attention of all parties submitting quotes is directed to the forms included in the Contract Documents, which must be completed and signed. FAILURE TO PROPERLY COMPLETE AND SIGN ALL FORMS MAY BE CAUSE FOR REJECTION OF A QUOTE. 6. SELECTION CRITERIA It is the intention of the City to select up to four contractors, submitting quotes who agree to provide the lowest prices to City property owners for private sewer lateral replacement. Two separate lists will be developed; one for trench repair, and another for trenchless repair. In comparing prices, the City will calculate a total adjusted quote price for each contractor, equivalent to 80% on the price quoted for replacement of 30 foot section of sanitary sewer lateral located up to five feet deep, 10% on the price quoted for replacements of a 30 foot section of sewer lateral located over five and up to eight feet deep, 5% on the price quoted for asphalt replacement, and 5% on the price quoted for concrete replacement. In addition to price, the City will also consider relevant experience, warranty and insurance. 7. LICENSING REQUIREMENT FOR PARTIES SUBMITTING QUOTES a. The work described requires that the party submitting the quote be licensed by the State of California as a Class A, B, C34, and/or C36 Contractor. Such licenses shall be identified by type and number on the quote forms and must be maintained by selected contractors throughout the period of the contract. b. A business license shall be obtained as required by the San Mateo Municipal Code, Chapter 5. Section of said Chapter 5 provides that "Every person conducting the business of contractor shall pay an annual tax as follows: (1) General Contractor, $124.00; (2) all other contractors, $49.00." 8. LIABILITY INSURANCE. The Contractor agrees to include the following language in its contracts with homeowners: A. Commercial General Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. If such insurance contains a general aggregate limit, it shall apply separately to this Agreement or be no less than two (2) times the occurrence limit. B. Automobile Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. Such insurance shall include coverage for owned, hired, and non-owned automobiles.

8 PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY, C. Workers Compensation in at least the minimum statutory limits. D. General Provisions for all insurance. All insurance shall: 9. WARRANTIES 1. Include the homeowner as an additional insured with respect to the work. The coverage shall contain no special limitations on the scope of its protection to the above-designated insureds. 2. Be primary with respect to any insurance or self-insurance programs of homeowner. 3. Be evidenced, prior to commencement of services, by properly executed policy endorsements in addition to a certificate of insurance. 4. No changes in insurance may be made without the written approval of the homeowner. Each party submitting a quote shall attach its standard warranty(ies) to its quote. Such warranty(ies) shall be made available to private property owners who enter into contracts with the contractors as a result of this solicitation at no additional cost. Additional warranties beyond the contractor s standard warranty(ies) may be made available to private property owners at an additional, negotiated cost. 10. ADDENDA Each quote shall by accompanied by specific acknowledgment (in the space provided on the addenda) of the receipt of any and all addenda issued during the quote solicitation period. Failure to so acknowledge all addenda may result in the quote being rejected as not responsive. 11. POSTPONEMENT OF OPENING The City reserves the right to postpone the date and time for receiving and/or opening quotes at any time prior to the date and time established in the Notice of Request for Quotes. 12. DISQUALIFICATION OF PARTIES SUBMITTING QUOTES If there is a reason to believe that collusion exists among any of the parties submitting quotes, none of the quotes of the participants in such collusion will be considered, and the City may elect to reject all quotes received. Each quote shall include a signed Noncollusion Affidavit. 13. REJECTION OF QUOTES The right is reserved to reject any and all proposals. In determining the contractor selected, careful consideration by City shall be given to each item quoted. The City reserves the right to amend or reject any or all proposals and also to select, modify, or reject any of the quote items as City see in its best interest.

9 PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY, SOLICITATION PROTEST PROCEDURES Any protest relating to the form or content of this solicitation or Contract Documents must be submitted in writing to the City Clerk, City of San Mateo, 330 West 20th Avenue, San Mateo, CA at least five (5) business days (November 17, 2009) before the original date set for the quote opening. Any party who submits a quote shall be deemed to have waived any protest to the form or content of the solicitation or Contract Documents. SECTION 3 INFORMATION FOR PARTIES SUBMITTING QUOTES Project Name: Private Sewer Lateral Replacement Pre-Priced Contractor Availability for the San Mateo Village Neighborhood 1. SCOPE AND LOCATION OF WORK The work to be performed under contract between contractors and private property owners will consist of the furnishing of all labor, materials and equipment, and performing all work necessary and incidental to the replacement of defective, leaking, and/or failed sewer laterals for residences located in the City of San Mateo s San Mateo Village neighborhood. The work may require removal or replacement of affected asphalt or concrete roadways, sidewalks or driveways. 2. WATER POLLUTION CONTROL In compliance with the "City of San Mateo Storm Water Management and Discharge Rules and Regulations" ("Discharge Rules") the Contractor shall exercise every reasonable precaution to prevent the discharge of any material which is not solely stormwater (i.e., rain) to the storm drain system which includes, but is not limited to, catch basins, drainage channels, and creeks. Nonallowable discharges include, but are not limited to, eroded soil from stockpiles or disturbed earth on-site, concrete and concrete washout water, sawcut slurry, fuel, oil, and other vehicle fluids, solid wastes, and construction chemicals. The City provides Contractor with a program to control stormwater pollution effectively during construction of the project (please see Exhibit C). If the Contractor proposes a program other than the City provided program, the Contractor must submit, for acceptance by the Public Works Director, his/her suggested program to control stormwater pollution effectively during construction of the project. Such program shall show the schedule for the erosion control work included in the contract, if applicable, and for all stormwater pollution control measures which the Contractor proposes to take in connection with construction of the project. The Contractor shall include the following minimum actions as identified by the San Francisco Bay Regional Water Quality Control Board Staff Recommendations (when applicable to project): a. Stabilize site access points to avoid tracking materials off-site; b. Stabilize denuded areas prior to the wet season (Oct. 15 through Apr. 15); c. Protect adjacent properties;

10 PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY, d. Stabilize temporary conveyance channels and outlets; e. Use sediment controls and filtration to remove sediment from water generated by dewatering; f. Use proper materials and waste storage, handling, and disposal practices; g. Use proper vehicle and equipment cleaning, fueling, and maintenance practices; h. Control and prevent discharge of all potential construction-related pollutants; i. Prepare a contingency plan in the event of unexpected rain or a control measure failure. In addition, when applicable, during saw cutting the Contractor shall cover or barricade catch basins using control measures such as filter fabric, straw bales, sand bags, or fine gravel dams to keep slurry out of the storm drain system. When protecting an inlet, the Contractor shall ensure that the entire opening is covered. The Contractor shall shovel, absorb, and/or vacuum saw cut slurry and pick up all waste prior to moving to the next location or at the end of each working day, whichever is sooner. If saw cut slurry enters a storm drain inlet, the Contractor shall remove the slurry immediately. The complete cleanup of all material, which is discharged from the project in violation of the Discharge Rules, shall be the responsibility of the Contractor. Nothing in this section shall relieve the Contractor of the responsibility for compliance with Sections 5650 and of the Fish and Game Code, or other applicable statutes relating to prevention or abatement of stormwater pollution. The cost of creating and implementing an acceptable storm water pollution control program will be included in the various quote items and no additional compensation shall be made. 3. TRAFFIC AND ACCESS The Contractor s contract with each homeowner will state that Contractor is responsible, during all phases of the work, to provide for public safety and convenience by use of traffic cones, signs, lighted barricades, lights, and flagmen as described and specified in the State of California, Department of Transportation MANUAL OF TRAFFIC CONTROLS - For Construction and Maintenance Work Zones, 2006 Edition. (Section 360, California Vehicle Code, defines highways to include streets.) The provisions of this manual will become a part of the requirements of the contract. Construction operations shall be conducted in such a manner as to cause as little inconvenience as possible to the abutting property owners or motoring public. Convenient access to driveways, houses, and buildings along the line of work shall be maintained unless otherwise approved by the City in advance. Contractor shall request and obtain approval from City before any lane closures are implemented. Open excavation and ditches across a roadway shall be covered and guarded in such a manner as to permit safe traffic flow during hours when no work is being performed.

11 PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY, COMPLIANCE WITH LAWS All work performed for homeowners based on this Request for Quotes shall comply with all local, State and federal laws, regulations, rules and standards, including but not limited to the City of San Mateo Standard Specifications (see Exhibit B), as well as laws governing excavation. 5. LOCATION OF UTILITIES It is the Contractor's responsibility to request utility companies' representatives to mark or otherwise indicate the location of their respective underground installations. At least forty-eight (48) hours prior to commencing work, the Contractor shall notify Underground Service Alert (USA) so that the various utility companies may field-mark said installations. Once the field marks are in place, the Contractor shall be responsible for all marked utilities damaged during construction or claims resulting from said damage. In addition, the City shall not be responsible for any unmarked utility damaged during construction or any claims resulting from this damage, except for damage to City of San Mateo utilities that the City has not marked within forty-eight (48) hours after receiving notice from USA to do so and which were not marked at the time the damage occurred. Attention is directed to the possible existence of underground utilities not indicated on the plans and to the possibility that underground utilities may be in a location different from that which is indicated on the plans. The Contractor shall ascertain the exact location of underground utilities whose presence is indicated on the plans, the location of their service laterals or other appurtenances, and for existing service lateral or appurtenances of any other underground facilities which can be inferred from the presence of visible facilities such as buildings, meters and junction boxes prior to doing work that may damage any such facilities or interfere with their service. 6. LISTING AND EXECUTION OF CONTRACT WITH HOMEOWNERS If listed and selected by a homeowner to do the work a contractor will enter into a contract with the homeowner.

12 PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY, SECTION 4 QUOTE FORM Project Name: Private Sewer Lateral Replacement Pre-Priced Contractor Availability for San Mateo Village Neighborhood 1. Business name: 2. Mailing address: 3. Type of business (e.g., sole proprietorship, partnership, corporation): 4. If corporation, state and year of incorporation: 5. Contact name: 6. Contact telephone: 7. Contact fax: 8. Address: 9. License(s) held in the State of California and license numbers: 10. How many total sewer lateral replacements has the business performed in San Mateo, Santa Clara and San Francisco Counties in the past year? over Does the business offer a standard warranty? If so, attach a copy to this Quote Form. Price Schedule Quotes for Items 1 through 2 shall include everything necessary for the fulfillment of the private contracts issued as a result of this quote solicitation process, including, but not limited to furnishing or performing all: transportation, materials, equipment, tools, excavation, debris removal, utilities cooperation, plant and other facilities maintenance, management, superintendence, securing of permits and licenses, insurance, warranties, labor, and services. Asphalt and concrete removal and replacement such as would be required for work under and around roads, sidewalks, curbs, gutters and driveways, shall be quoted as items 3 and 4. Services and items beyond those for which prices are required on the quote form, including installation of a proper cleanout (see Exhibit B), may be contracted for at prices negotiated with private property owners. Quote prices shall include all federal, State and local taxes. Quote prices shall not include landscaping restoration costs.

13 PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY, Quotes for asphalt and concrete work will apply to both trench and trenchless repair (when applicable) quotes. Trench Repair Item 1. Removal and replacement of 10 feet of sewer laterals located up to five feet underground 2. Removal and replacement of additional sections of sewer laterals located up to five feet underground 3. Removal and replacement of 10 feet of sewer laterals located over five and up to eight feet underground 4. Removal and replacement of additional sections of sewer laterals located over five and up to eight feet underground 5. Asphalt removal and replacement up to four inches thick 6. Concrete removal and replacement up to four inches thick Quote lump sum per liner foot lump sum per liner foot per square foot per square foot Trenchless Repair Item 1. Trenchless repair of 10 feet of sewer laterals located up to five feet underground 2. Trenchless repair of additional sections of sewer laterals located up to five feet underground 3. Trenchless repair of 10 feet of sewer laterals located over five and up to eight feet underground 4. Trenchless repair of additional sections of sewer laterals located over five and up to eight feet underground Quote lump sum per liner foot lump sum per liner foot The undersigned, having carefully examined the contract documents for this project, and being familiar with all relevant federal, State and local laws, rules, standards and regulations, including the City of San Mateo Standard Specifications, is authorized to propose, and hereby proposes, on behalf of the business entity named above, to furnish all materials and do all the work required to complete sewer lateral replacements pursuant to contracts with owners of residential properties located in the City of San Mateo, and in accordance with the contract documents and the Price Schedule provided above.

14 PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY, PARTY SUBMITTING QUOTE STATEMENT SHEET 1 OF 3 (To be submitted with Proposal Form) Project Name: Private Sewer Lateral Replacement Pre-Priced Contractor Availability for San Mateo Village Neighborhood The undersigned certifies that he is licensed by the State of California as a Class Contractor, that the license is now in force, and that the number is and the expiration date is. Further the undersigned certifies that upon request he will provide evidence of said license. Pursuant to Business and Professions Code Section I,, declare under penalty of perjury that the foregoing and the statements contained in the quote for the above titled project are true and correct and that this declaration is made on this day of, 200_, at, California. It is understood that the quantities set forth herein are approximate only and are to be used only for the comparison of quotes and the guidance of the party submitting the quote. If listed by the City, the undersigned hereby agrees to sign an agreement with homeowner, together with the necessary certificate(s) of insurance. The undersign further agrees to obtain a San Mateo Business License before doing any work to keep the Business License current for the entire time any work is perform related to this Request for Quotes.

15 PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY, PARTY SUBMITTING QUOTE STATEMENT SHEET 2 OF 3 (To be submitted with Proposal Form) Project Name: Private Sewer Lateral Replacement Pre-Priced Contractor Availability for San Mateo Village Neighborhood The undersigned has checked carefully all the figures listed in the Schedule of Quote Items and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this quote. NOTE: IF THE PROPOSAL IS MADE BY AN INDIVIDUAL, HIS NAME AND POST OFFICE ADDRESS MUST BE SHOWN. IF THE PROPOSAL IS MADE BY A PARTNERSHIP, THE NAME AND ADDRESS OF EACH MEMBER OF THE FIRM OR PARTNERSHIP MUST BE SHOWN (if more than two members of a firm or partnership, please attach an additional page); OR IF MADE BY A CORPORATION, THE PROPOSAL SHALL SHOW THE NAME OF THE STATE UNDER THE LAWS OF WHICH THE CORPORATION WAS CHARTERED AND THE NAMES, TITLES AND BUSINESS ADDRESSES OF THE PRESIDENT, SECRETARY AND TREASURER OF SAID CORPORATION.

16 PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY, PARTY SUBMITTING QUOTE STATEMENT SHEET 3 OF 3 (To be submitted with Proposal Form) Project Name: Private Sewer Lateral Replacement Pre-Priced Contractor Availability for San Mateo Village Neighborhood SIGNATURES FOR PARTY SUBMITTING THE QUOTE If INDIVIDUAL, sign below: Signature Date Print name Post Office Address If PARTNERSHIP, sign below (show names of non-signing partners): Signature Date If CORPORATION, sign below (show names of non-signing officers): a CORPORATION Name of State Where Chartered Signature Date Print name of person signing quote Title List names of the following officers: Name of Partner Post Office Address Signature Date PRESIDENT SECRETARY TREASURER Post Office Address Name of Partner Post Office Address (if different)

17 PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY, NONCOLLUSION AFFIDAVIT (To be submitted with Proposal Form) Project Name: Private Sewer Lateral Replacement Pre-Priced Contractor Availability for San Mateo Village Neighborhood State of California ) ) ss. County of ), being first duly sworn, deposes and says that he or she is of the party making the foregoing quote that the quote is not made in the interest of, or on behalf of, or any undisclosed person, partnership, company, association, organization, or corporation; that the quote is genuine and not collusive or sham; that the party submitting the quote has not directly or indirectly induced or solicited any other party submitting a quote to put in a false or sham quote, and has not directly or indirectly colluded, conspired, connived, or agreed with any party submitting a quote or anyone else to put in a sham quote, or that anyone shall refrain from quoting; that the party submitting a quote has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the quote price, or of that of any other party submitting a quote, or to secure contract; that all statements contained in the quote are true; and, further, that the party submitting the quote has not, directly or indirectly, submitted his or her quote price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham quote. Note: The above affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this affidavit.

18 PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY, CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE (To be submitted with Proposal Form) Project Name: Private Sewer Lateral Replacement Pre-Priced Contractor Availability for San Mateo Village Neighborhood On behalf of the party submitting the quote, the undersigned certifies that the Prevailing Wage Scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this quote was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for quotes, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. PARTY SUBMITTING THE QUOTE By: (Name and title of person making certification) _ Date Questions shall be addressed to: Department of Labor Relations Division of Labor Statistics and Research Prevailing Wage Unit 45 Fremont Street, Suite 1160 P.O. Box San Francisco, CA

REQUEST FOR QUOTES FOR PRIVATE SEWER LATERAL MAINTENANCE AND COST SHARING PROGRAM CCTV VIDEO INSPECTION FOR

REQUEST FOR QUOTES FOR PRIVATE SEWER LATERAL MAINTENANCE AND COST SHARING PROGRAM CCTV VIDEO INSPECTION FOR CITY OF SAN MATEO REQUEST FOR QUOTES FOR PRIVATE SEWER LATERAL MAINTENANCE AND COST SHARING PROGRAM CCTV VIDEO INSPECTION FOR CITY OF SAN MATEO* *Effective date of program implementation is 30 days after

More information

CONTRACT BOOK FINANCE DEPARTEMENT REMODEL CITY PROJECT NO

CONTRACT BOOK FINANCE DEPARTEMENT REMODEL CITY PROJECT NO CONTRACT BOOK FINANCE DEPARTEMENT REMODEL CITY PROJECT NO. 461004-1003 To be used in conjunction with Greenbook Standard Specifications for Public Works Construction 2012 Edition NOVEMBER 2013 CITY OF

More information

SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO

SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO. 469030-82010 CITY OF SAN MATEO, CALIFORNIA ***** CONTRACT BOOK AUGUST 5, 2013 CONTRACT BOOK SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY

More information

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 PUBLIC WORKS DEPARTMENT BID FORMS FOR CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT

More information

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK Name of Bidder Business Address Phone No. City/State Zip Code TO THE BOARD OF SUPERVISORS OF hereinafter referred to as,

More information

Suite 300 Tenant Improvement

Suite 300 Tenant Improvement BID FORM FOR: Suite 300 Tenant Improvement UNIVERSITY OF CALIFORNIA Office of the President Sacramento, CA 95814 February 19, 2014 BID TO: Pamela Madison, Space Planning Manager University of California,

More information

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT REQUEST FOR QUOTE FCARC # - 00126 54 th Street Pavement Improvement Project By: Marilyn Weisenberg, Buyer II and Water Conservation District

More information

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number:

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number: TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number: APPLICATION DATE: ADDRESS OF WORK OR ENCROACHMENT: CROSS STREET: STARTING DATE: APN: - - No. Street City/Township ESTIMATED COST: $ COMPLETION

More information

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 PUBLIC WORKS DEPARTMENT BID FORMS FOR LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL

More information

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY FEE PROPOSAL FORM Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 To the Trustees of

More information

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 PUBLIC WORKS DEPARTMENT BID FORMS FOR 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

BID # EFI H1625 LED Wide Format Printer Fullerton College

BID # EFI H1625 LED Wide Format Printer Fullerton College BID # 1718-23 EFI H1625 LED Wide Format Printer Fullerton College REQUEST FOR INFORMATION DUE DATE: March 21, 2018 @ 5:00 P.M. BID DUE DATE: March 28, 2018 @ 2:00 P.M. TABLE OF CONTENTS NOTICE OF BID...1

More information

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM PUBLIC WORKS DEPARTMENT BID FORMS FOR POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM-19-019 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID

More information

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 PUBLIC WORKS DEPARTMENT BID FORMS FOR ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL

More information

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID DO NOT INCLUDE REYCLING FEE IN YOUR BID LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING JULY 6, 2015, 12:00PM EDUCATION CENTER

More information

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS BID NO. 18-4673 GASOLINE AND DIESEL FUEL DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS Purchasing Department 426 Locust Street Modesto, CA

More information

INVITATION TO BID. Plumbing /Sewer /Storm Drain Replacement & Spot Repair Routine Repair and Maintenance Services. Project No.

INVITATION TO BID. Plumbing /Sewer /Storm Drain Replacement & Spot Repair Routine Repair and Maintenance Services. Project No. INVITATION TO BID Plumbing /Sewer /Storm Drain Replacement & Spot Repair Routine Repair and Maintenance Services Project No. 16135 1. Notice is hereby given that the governing board ( Board ) of the Oakland

More information

CITY OF SAN MATEO, CALIFORNIA WASTEWATER TREATMENT PLANT DIGESTER CLEANING ***** CITY COUNCIL AWARD CONTRACT BOOK

CITY OF SAN MATEO, CALIFORNIA WASTEWATER TREATMENT PLANT DIGESTER CLEANING ***** CITY COUNCIL AWARD CONTRACT BOOK ***** CITY COUNCIL AWARD CONTRACT BOOK CONTENTS NOTICE INVITING SEALED PROPOSALS INSTRUCTIONS TO BIDDERS 1. INSTRUCTIONS TO BIDDERS AND PURCHASE CONTRACT CONDITIONS 2. PROPOSAL FORMS 3. GENERAL CONTRACT

More information

CONTRACT BOOK CITY HALL AUDIOVISUAL BROADCAST BOOTH CITY OF SAN MATEO, CALIFORNIA *****

CONTRACT BOOK CITY HALL AUDIOVISUAL BROADCAST BOOTH CITY OF SAN MATEO, CALIFORNIA ***** CITY MANAGER AWARD CONTRACT BOOK CITY HALL AUDIOVISUAL BROADCAST BOOTH CITY OF SAN MATEO, CALIFORNIA ***** CONTRACT DRAWINGS are included at the end of this Contract Book TIME OF COMPLETION: 90 Calendar

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

PERMIT APPLICATION PLEASE PRINT CLEARLY AND FILL IN ALL APPLICABLE SECTIONS

PERMIT APPLICATION PLEASE PRINT CLEARLY AND FILL IN ALL APPLICABLE SECTIONS CONTRACTOR OWNER/ AGENT APPLICANT CITY OF DALY CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 333 90 th Street, 1 st Floor, Daly City, CA 94015 Tel: (650) 991-8064 Fax: (650) 991-8243 ENGINEERING

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

INVITATION TO BID Retaining Wall

INVITATION TO BID Retaining Wall INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT CONTRACT DOCUMENTS FOR SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT (Notice Inviting Bids, Instructions to Bidders, Bid Forms, General Conditions, Special Provisions, Technical Specifications, Construction

More information

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

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

More information

5. BID FORMS TABLE OF CONTENTS

5. BID FORMS TABLE OF CONTENTS 5. BID FORMS TABLE OF CONTENTS SECTION 1 BID FORM SECTION 2 BID DATA FORMS 2.A LIST OF PROPOSED SUBCONTRACTORS 2.B BID BOND SECTION 3 NON-COLLUSION AFFIDAVIT SECTION 4 BIDDER INFORMATION FORM 4.A INFORMATION

More information

CITY HALL AUDIOVISUAL SYSTEMS UPGRADE CITY OF SAN MATEO, CALIFORNIA

CITY HALL AUDIOVISUAL SYSTEMS UPGRADE CITY OF SAN MATEO, CALIFORNIA CONTRACT BOOK CITY HALL AUDIOVISUAL SYSTEMS UPGRADE February 18, 2015 CITY OF SAN MATEO Public Works Department 330 W. 20 th Avenue San Mateo, CA 94403 CITY COUNCIL AWARD CONTRACT BOOK CITY HALL AUDIOVISUAL

More information

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618 PUBLIC WORKS DEPARTMENT BID FORMS FOR FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL

More information

2. Develop recommendations and best practices for the District to following in serving these students.

2. Develop recommendations and best practices for the District to following in serving these students. Homeless & Food Insecurity Services RFQ XXX Due no later than: Add Date, 2017 by 4pm to Purchasing, 33 Gough Street, San Francisco, CA 94103 khennig@ccsf.edu City College of San Francisco seeks a contractor(s)

More information

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029 SECTION 00300 - BID BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the

More information

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT CPL 14064.08 BID FORM SECTION 00 300-1 BID FORM BID NUMBER: CH2019-001Dev SUBMITTAL DATE: BY: (Bidder) PROJECT DESCRIPTION: The project consists of the construction of a sidewalk and associated grading,

More information

University of California, Riverside Barn Expansion

University of California, Riverside Barn Expansion SUBCONTRACT BIDDING DOCUMENTS FOR University of California, Riverside Barn Expansion 950493 TABLE OF CONTENTS Cover Page Table of Contents Advertisement for Bids Instructions to Bidders Information Available

More information

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C CONTRACT DOCUMENTS FOR PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C16501412 (Bidding Requirements, General Provisions, Special Provisions and City of Petaluma Details - Standards) CITY

More information

TOWN OF ROCKLAND. Request for Proposal SNOW & ICE REMOVAL

TOWN OF ROCKLAND. Request for Proposal SNOW & ICE REMOVAL TOWN OF ROCKLAND BROWN COUNTY, WISCONSIN Request for Proposal SNOW & ICE REMOVAL Issued February 23, 2015 DEADLINE 12:30 PM Monday, March 16, 2015 CONTACT: DENNIS CASHMAN CHAIRMAN 1712 BOB-BEA-JAN ROAD

More information

NOTICE INVITING BIDS

NOTICE INVITING BIDS NOTICE INVITING BIDS RECEIPT OF BIDS: Sealed Bids will be received at the office of the Central Coast Water Authority, at 255 Industrial Way, Buellton, California 93427, until 2:00 p.m. September 4, 2012,

More information

REQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS

REQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS Elverta Joint Elementary School District 7900 Eloise Ave. Sacramento, CA 95626 REQUEST FOR PROPOSALS E-Rate Yr 15 (2012-2013) INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS RFP # 2012-03 Request for

More information

For Review Only Official Bid Packet available at Athens County Engineer's Office

For Review Only Official Bid Packet available at Athens County Engineer's Office ATHENS COUNTY ENGINEER 2017 ROADSIDE MOWING PROGRAM NOTICE TO BIDDERS The Athens County Commissioners will open sealed bids at their office in the Athens County Courthouse, 15 South Court Street, Athens,

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

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

INSTRUCTIONS TO BIDDERS

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

More information

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA Introduction & Summary The City of Santa Monica (the City ) is distributing this Request

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # 2018-12 AT CASTLE AUTOMOTIVE TECHNOLOGY 2245 JETSTREAM DRIVE BUILDING #325 ATWATER, CA 95301 MERCED COUNTY OFFICE OF EDUCATION

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations to Bidders, the undersigned

More information

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

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

More information

Replacement of Existing Carpet at City Hall

Replacement of Existing Carpet at City Hall CITY OF MILLBRAE STATE OF CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR DEPARTMENT OF PUBLIC WORKS 621 MAGNOLIA AVENUE MILLBRAE, CA 94030 TELEPHONE: (650) 259-2339 FAX: (650) 697-8158 BID OPENING:

More information

INVITATION TO BID. Play Structure and Matting Routine Repair and Maintenance Services. Project No

INVITATION TO BID. Play Structure and Matting Routine Repair and Maintenance Services. Project No INVITATION TO BID Play Structure and Matting Routine Repair and Maintenance Services Project No. 634. Notice is hereby given that the governing board ( Board ) of the Oakland Unified School District (

More information

CITY OF FORTUNA WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT

CITY OF FORTUNA WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT CITY OF FORTUNA CONTRACT DOCUMENTS AND SPECIFICATIONS WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT CITY OF FORTUNA P.O. BOX 545 621 ELEVENTH STREET FORTUNA, CALIFORNIA 95540 TELEPHONE

More information

INVITATION TO BID The Lodge Indoor Pool Deck Chairs

INVITATION TO BID The Lodge Indoor Pool Deck Chairs INVITATION TO BID The Lodge Indoor Pool Deck Chairs The City of Des Peres is soliciting bids for seventy-five indoor pool deck chairs for The Lodge Des Peres. Bids will be accepted until 1:30 pm on Tuesday,

More information

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

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

NOTICE INVITING BIDS

NOTICE INVITING BIDS NOTICE INVITING BIDS 1. Notice is hereby given that the Governing Board of Santa Rosa City Schools ( District ), of the County of Sonoma, State of California, will receive sealed bids for the Santa Rosa

More information

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

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

More information

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

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

More information

CONSTRUCTION BID DOCUMENTS

CONSTRUCTION BID DOCUMENTS Page 1 Athletics Field Upgrade Football ADA Access Project #534 CONSTRUCTION BID DOCUMENTS Contents PROJECT SCOPE OF WORK SUMMARY... 4 NOTICE INVITING BIDS... 5 INSTRUCTIONS TO BIDDERS... 7 BID PROPOSAL

More information

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

Company Name: Address: Date: OFFICAL SIGNATURE PRINT Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The

More information

TABLE OF CONTENTS. Page No. A. INTRODUCTORY PAGES Cover Page... i. Table of Contents

TABLE OF CONTENTS. Page No. A. INTRODUCTORY PAGES Cover Page... i. Table of Contents TABLE OF CONTENTS Page No. A. INTRODUCTORY PAGES Cover Page... i Table of Contents... ii Location Map... iii Invitation for Informal Bids... iv Notice to Informal Bidders... v Schedule of Required Informal

More information

ADDENDUM For Reference For Bidders

ADDENDUM For Reference For Bidders Castro Valley Unified School District CHABOT ELEMENTARY SCHOOL, MARSHALL ELEMENTARY SCHOOL, AND STANTON ELEMENTARY SCHOOL INTERIM HOUSING PORTABLES CONSTRUCTION, PART 2 ADDENDUM 02 04 For Reference For

More information

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts The Gordon County Board of Commissioners is accepting sealed written bids from qualified vendors to provide Public Works Related Materials and Services. Bid specifications and bid forms are attached. Your

More information

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department April 18, 2014 ADDENDUM No. 2 Re: RFP No., 13-14/26 Bond Underwriting Services PERALTA COMMUNITY

More information

County of San Benito

County of San Benito Request for Proposal (RFP) FOR Fire Protection and Life Safety Services Consolidated JPA/Special District Feasibility Study RFP DUE: January 27, 2017, 5:00 p.m. SAN BENITO COUNTY ADMINISTRATION DEPARTMENT

More information

REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI

REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI PROPOSALS DUE: 1:00 P.M., FRIDAY, MAY 18, 2018 The City of Creve Coeur seeks proposals for the fabrication and delivery

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID QUONSET DEVELOPMENT CORPORATION (QDC) A BID is solicited for the following work: INVITATION TO BID Name of Project: Background & Description of Work: Pavement Repairs: Utility Connections: On-Call Pavement

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

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

1. Please replace the Asphalt Materials Quotation packet dated April 3, 2017 with the attached specifications dated April 10 th.

1. Please replace the Asphalt Materials Quotation packet dated April 3, 2017 with the attached specifications dated April 10 th. County Engineer Environmental Engineer Building Department 233 W. Sixth Street Marysville, Ohio 43040 P 937. 645. 3018 F 937. 645. 3161 www.co.union.oh.us/engineer Marysville Operations Facility 16400

More information

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION The Board of Selectmen and Board of Education of the Town of Lebanon will be accepting bids for

More information

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN CITY OF SAN MATEO, CALIFORNIA PUBLIC WORKS DEPARTMENT 330W. 20 TH AVENUE SAN MATEO, CA 94403 The City of San Mateo hereby requests

More information

BID NO Window Replacements at Mt. Diablo High School Volume I. DATE DUE: 01/04/2019 at 10:00 am

BID NO Window Replacements at Mt. Diablo High School Volume I. DATE DUE: 01/04/2019 at 10:00 am BID NO. 1814 Window Replacements at Mt. Diablo High School 2019 Volume I DATE DUE: 01/04/2019 at 10:00 am 1 P a g e DOCUMENT 00 01 10 TABLE OF CONTENTS - CONTRACT DOCUMENTS PROCUREMENT AND CONTRACTING

More information

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. Addendum #1 409 22nd Ave So PO Box 298 Brookings, SD 57006 Toll Free 1-855-323-6342 www.bannerassociates.com Project: Viborg Utility Improvements - 2017 Bid Date: 11:00 A.M., Local Time, March 15, 2017

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

MARINWOOD FIRE STATION KITCHEN REMODEL PROJECT

MARINWOOD FIRE STATION KITCHEN REMODEL PROJECT SPECIFICATION and CONTRACT DOCUMENTS FOR MARINWOOD FIRE STATION KITCHEN REMODEL PROJECT PREPARED BY FIRE CHIEF TOM ROACH August 2017 NOTICE INVITING BIDS 1. Bid Information. The Marinwood Community Services

More information

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT The City of Des Peres is soliciting bids from qualified vendors to remove, furnish and install new flooring in activity rooms A and

More information

Replace Transmission - Bulldozer

Replace Transmission - Bulldozer Replace Transmission - Bulldozer Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org Replace Transmission Bulldozer

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

More information

Job Location Contact name and telephone number Date of contract Project Description Equipment/Service Installed

Job Location Contact name and telephone number Date of contract Project Description Equipment/Service Installed SUMMARY The Visions in Education Charter School is seeking quotes for MIFI or Equivalent type devices for Internet Service to all our classrooms for both single and multi-year contracts. We have an estimated

More information

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER City of Los Banos Public Works Department 411 Madison Avenue Los

More information

Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ Telephone: # / Fax: #

Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ Telephone: # / Fax: # Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Telephone: # 732-787-6151 / Fax: # 732-787-5204 JUDY FERRARO Chairperson DIANE NELSON Vice-Chairperson YOLANDA ANN COMMARATO

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

QUOTE DOCUMENTS FOR FINDLEY ELEMENTARY CITY STORM SEWER RELOCATION Oxford Street. Des Moines, Iowa QUOTE #7301. Owner

QUOTE DOCUMENTS FOR FINDLEY ELEMENTARY CITY STORM SEWER RELOCATION Oxford Street. Des Moines, Iowa QUOTE #7301. Owner QUOTE DOCUMENTS FOR FINDLEY ELEMENTARY CITY STORM SEWER RELOCATION 3025 Oxford Street Des Moines, Iowa QUOTE #7301 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, Iowa

More information

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which

More information

POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO CITY OF SAN MATEO, CALIFORNIA

POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO CITY OF SAN MATEO, CALIFORNIA CONTRACT BOOK POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO. 461006 CITY OF SAN MATEO, CALIFORNIA December 9, 2014 CITY OF SAN MATEO Public Works Department 330

More information

22888 Foresthill Road Foresthill, CA (530) (530) Fax. fusd.org. E-Rate Yr. 19 ( ) RFP #

22888 Foresthill Road Foresthill, CA (530) (530) Fax. fusd.org. E-Rate Yr. 19 ( ) RFP # 22888 Foresthill Road Foresthill, CA 95631 (530)367-2966 (530)367-4526 Fax fusd.org BROADBAND SERVICE E-Rate Yr. 19 (2016-2017) RFP # 2016-101 Request for Proposals Issued: February 2, 2016 Deadline for

More information

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013 BID INVITATION (THIS IS NOT AN ORDER) FROM: FINANCE DEPARTMENT DATE: SEPTEMBER 27, 2013 CITY OF WEATHERFORD BID NUMBER: 2014-001 P.O. BOX 255 BID TITLE: HIGHWAY MOWING & LITTER PICK-UP WEATHERFORD, TX.

More information

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT SPECIFICATIONS FOR OLMSTED STONE ARCH BRIDGE REPAIR PROJECT CITY OF JEFFERSONTOWN, KENTUCKY CITY HALL 10416 Watterson Trail Jeffersontown, Kentucky 40299 May 28, 2013 NOTICE TO BIDDERS The City of Jeffersontown,

More information

Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL

Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL Request for Proposal #09-1718 Citrus Community College District VENDING SERVICES PROPOSAL Return Proposal to: Citrus Community College District Attn: Robert Lopez, Director of Purchasing 1000 W Foothill

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

Request for Bids for Walker Creek Ranch Re-Roof Project

Request for Bids for Walker Creek Ranch Re-Roof Project AGEA ITEM 20 SUBJECT: Request for Bids for Walker Creek Ranch Re-Roof Project ANNOTATION: A Request for Bids for the Walker Creek Ranch Re-Roof Project. The project will be reviewed for Superintendent/Governing

More information

Storm Water Mitigation Services ITB SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

Storm Water Mitigation Services ITB SEMINOLE TRIBE OF FLORIDA INVITATION TO BID SEMINOLE TRIBE OF FLORIDA INVITATION TO BID Solicitation #: ITB 58-2018 Title: Description: Storm Water Mitigation Services The Seminole Tribe of Florida ( Tribe or STOF ) is requesting proposals from

More information

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

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

More information

RETIREE HEALTH BENEFITS TRUST

RETIREE HEALTH BENEFITS TRUST RETIREE HEALTH BENEFITS TRUST Request for Qualifications and Proposals (RFQ/P) #566 for Legal Services - Retiree Benefits Trust Fund Program REQUEST FOR QUALIFICATIONS and PROPOSALS (RFQ/P) #566 for Legal

More information

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT Amended 6/09 APPLICABILITY: These procedures will apply where an individual desires to install or abandon a temporary monitoring

More information

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

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

More information

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California April 27, 2017 Subject: Request for Proposals Engineering Design Services and Construction Management for the Sewer Lining Project on Cypress, Essexfells, Vega, and Florentina. The City of Alhambra is

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

Encroachment Permit. Permit Fee: Receipt #: Bond Fee: Receipt #: Expiration Date: Phone# Mailing Address:

Encroachment Permit. Permit Fee: Receipt #: Bond Fee: Receipt #: Expiration Date: Phone# Mailing Address: A (Office Use Only) Encroachment Permit Permit #: City of Seaside Public Works 440 Harcourt Avenue Seaside, Ca 93955 Phone: (831) 899-6825, Fax: (831) 899-6211 All information except signature must be

More information

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

More information