University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY
|
|
- Myrtle Poole
- 5 years ago
- Views:
Transcription
1 University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY Invitation No: IB Date December 6, 2016 Title: Belknap Academic Classroom Building, Bid Pack III Addendum No. Five (5) Post Bid Addendum One (1) The following shall clarify and/or modify the original bid document(s) as issued by the University of Louisville. 1. No bids were received for BC-14 Metal Panels. This amendment is being issued with changes to the Original Bid Documents, Specifications, Plans and all previously issued Amendments. 2. Bids for BC-14 Metal Panels will be received on December 21, 2016 at 2:00 pm for this Bid Category. Bidder must acknowledge receipt of this and any addenda either with bid or by separate letter. Acknowledgement must be received in the Office of Purchasing, Service Complex Building, University of Louisville no later than December 21, If by separate letter, the following information must be placed in the lower left hand corner of the envelope: Invitation No: IB Title: Belknap Academic Classroom Building, Bid Pack III Due Date: December 21, 2016 BY: Curtis Monroe Authorized Purchasing Officer Receipt Acknowledged: FIRM BY:
2 MEMORANDUM TO: FROM: All Planholders K. Norman Berry Associates Architects DATE: December 5, 2016 RE: CC: UofL Belknap Academic Classroom Building Addendum Five (1 page) [Post bid addendum 1] BP-3 John Stratton The following items are incorporated into the Contract Documents for the project: All original bid documents (drawings, specifications and addenda 1-4) remain in place with the following additional clarifications: 1. Reference Specification Section Modular Metal Wall Panels Note for the Metalwerks Arcwall DBV Basis of Design Panel the battens are to be manufactured and extruded integrally with the wall panels (not applied). 2. Reference Addendum No. 4 item 73 and note that the specification section referenced should have been in lieu of the listed. End of addendum Five
3 Addendum #5 (Post bid addendum #1) December 6, 2016 University of Louisville Belknap Academic Classroom Building Bid Package #3 TO ALL BIDDERS: This addendum forms part of the Contract Documents and modifies the project manual and/or construction drawings for the above mentioned project. Acknowledge receipt of the addendum in the space provided on the bid form. Failure to do so may subject the trade package contractor to disqualification. General 1. No bids were received for BC 14 Metal Panels. This addendum just pertains to BC 14. Refer to the cover sheet for the new bid date and time. The bid documents remain the same, unless revised by addenda. Attached is a current bid form to use. (502) FAX NO. (502) P.O. BOX ALLMOND AVE. LOUISVILLE, KY
4 FORM OF PROPOSAL BC-14 Metal Panels This Form of Proposal shall be used in submitting a proposal for the work. Copies will be furnished upon request by the authority issuing the Contract Documents. THIS PROPOSAL SUBMITTED BY (Name and Address of Bidder) DATE:, TELEPHONE: TO: If by U.S. Mail: If delivered by Courier or Overnight Carrier Service: University of Louisville University of Louisville Purchasing Department Purchasing Department Belknap Campus OR Belknap Campus Room 101, Service Complex Room 101, Service Complex Louisville, Kentucky Louisville, Kentucky GENTLEMEN: The Bidder, in compliance with your Invitation to Bid No. IB Belknap Academic Classroom Building (Bid Package 3) and having carefully examined the complete Contract Documents as defined in Article 1 of the General Conditions, as well as the Specifications for the work as prepared by K Noman Berry Architects and their consultants hereby proposes to furnish all labor, materials, equipment, services and supervision required to perform specifics of the Contract Documents, within the time set forth therein and for the stated LUMP SUM BID Amount. The Bidder hereby acknowledges receipt of the following Addenda: ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED (IF NONE HAS BEEN ISSUED AND RECEIVED, INSERT THE WORD, NONE.) BC-14, FP-1
5 FORM OF PROPOSAL LUMP SUM BID The Bidder agrees to furnish all labor, materials, equipment, services and supervision required to complete the project, in accordance with drawings and specifications and any duly issued Addenda for the LUMP SUM BID forth below: Base Bid (USE WORDS) Dollars (USE WORDS) Cents $. (USE FIGURES) *Costs for Payment and Performance bond to be included in Base Bid. Bid Breakout 1. Total Base Bid Above (Inclusive of all materials & taxes): 2. Deduct Kentucky State Sales Tax on Owner Purchased items: See $ $ 3. Total Base Bid Less Kentucky State Sales Tax on Owner Purchased Items: 4. Bid Breakout for Owner Purchased Materials without taxes included: See $ $ BC-14, FP-2
6 Alternate #2 (Alternate metal panels- Refer to Allowance specification for further description): Add/Deduct (Circle one): (USE WORDS) Dollars (USE WORDS) Cents $. (USE FIGURES) Bid Breakout (Alternate #2) 5. Total Alternate #2 Bid Above (Inclusive of all materials & taxes): 6. Deduct Kentucky State Sales Tax on Owner Purchased items (Alt #2): See $ $ 7. Total Alternate #2 Bid Less Kentucky State Sales Tax on Owner Purchased Items: 8. Bid Breakout for Owner Purchased Materials without taxes included (Alt #2): See $ $ BC-14, FP-3
7 PAGE INTENTIONALLY LEFT BLANK BC-14, FP-4
8 Breakdown of Owner Purchased Items (Base Bid only): *To be submitted 24 hours after bid opening Item Description Direct Owner Purchase Amount (w/o tax) Total (This amount should match item #4 above) Breakdown of Owner Purchased Items (Alternate #2): Item Description Direct Owner Purchase Amount (w/o tax) Total (This amount should match item #12 above) BC-14, FP-5
9 Note: The authentication of Bid and Statement of Non-collusion and Non-Conflict of interest must be properly executed for the LUMP SUM BASE bid Proposals to be valid. FORM OF PROPOSAL AUTHENTICATION OF BID AND STATEMENT OF NON-COLLUSION AND NON-CONFLICT OF INTEREST I HEREBY CERTIFY: 1. That I am the bidder (if the bidder is an individual), a partner in the bidder (if the bidder is a partnership), or an officer or employee of the bidding corporation having authority to sign on its behalf (if the bidder is a corporation); 2. That the submitted bid or bids covering University of Louisville, Department of Purchasing, Invitation No. IB have been arrived at by the bidder independently and have been submitted without collusion with, and without any agreement, understanding or planned common course of action with, any other contractor, vendor of materials, supplies, equipment or services described in the Invitation to Bid, designed to limit independent bidding or competition; as prohibited by provision KRS 45A.325; 3. That the contents of the bid or bids have not been communicated by the bidder or its employees or agents to any person not an employee or agent of the bidder its surety on any bond furnished with the bid or bids and will not be communicated to any such person prior to the official opening of the bid or bids; 4. That the bidder is legally entitled to enter into the contract with the University of Louisville and is not in violation of any prohibited conflict of interest, including those prohibited by the provisions of KRS (7); and 45A.330 to 45A.340 and 45A This offer is for Sixty (60) calendar days from the date this bid is opened. In submitting the above it is expressly agreed that upon proper acceptance by the Department of Purchases of any or all items bid above, a contract shall thereby be created with respect to the items accepted; 6. That I have fully informed myself regarding and affirm the accuracy of all statements made in this Form of Proposal including Bid Amount. 7. That the bidder intends to comply in full with all requirements of Federal Executive Order 11246, Equal Employment Opportunity, including submittal of required data by contractor and qualifying subcontractors, upon being designated apparent successful bidder. READ CAREFULLY SIGN IN SPACE BELOW FAILURE TO SIGN MAY INVALIDATE BID SIGNED BY: TITLE FIRM: ADDRESS: CITY STATE ZIP CODE DATE PHONE FAX DUNN & BRADSTREET NUMBER BC-14, FP-6
10 FORM OF PROPOSAL - SUBMITTAL DATA THE FOLLOWING ITEMS ARE HEREWITH ENCLOSED AS REQUIRED: 1. Lump Sum Proposal 2. Bid Bond or certified check in an amount not less than five percent (5%) of total bid. 3. Unit Prices 4. List of Proposed Sub-Subcontractors 5. List of Materials and Equipment (Due by 4:00 PM the day of Bid Opening by apparent low bidder) 6. MBE/WBE Subcontractor/Supplier Form 7. Record of MBE/WBE Solicitation 8. Supplier Certification Form 9. Bidders Qualification Form (24 Hours after bid opening by apparent low bidder) 10. Detailed Project Schedule with Key Milestones (24 Hours after bid opening by apparent low bidder) Failure to submit any of the documentation requested above may be cause for rejection of bid. BC-14, FP-7
11 FORM OF PROPOSAL UNIT PRICES Unit prices shall include the furnishing of all labor, materials, equipment, services and supervision and include all items of cost, overhead and profit for the Contractor and any Subcontractor involved, and shall be used uniformly without modifications for either additions or deductions. The Unit Prices as established in accordance with changes or extra work performed under the Contract. DESCRIPTION UNIT PRICE 1. Metal wall panels $ /Sqft BC-14, FP-8
12 FORM OF PROPOSAL LIST OF PROPOSED SUBCONTRACTORS Bidder to list all proposed subcontractors which will be utilized on this project. All subcontractors are subject to the approval of the University of Louisville Department of Purchases, University Planning Design and Construction and the University s Representative s Failure to submit this list, may be cause for rejection of the Bidder's proposal. Please indicate by a (X) in the far right column if the subcontractor is a Minority-Owned or Woman-Owned Business Enterprise; for each MBE/WBE listed, please complete "MBE/WBE Subcontractor/Supplier Form". SEE ARTICLE 18, INSTRUCTIONS TO BIDDERS FOR COMPLIANCE. BRANCH OF WORK NAME OF SUBCONTRACTORS MBE/WBE None BC-14, FP-9
13 FORM OF PROPOSAL LIST OF MATERIALS AND EQUIPMENT Bidders are hereby advised that if a Bidder so desires, this list may be completed and submitted with his Proposal. In the event that this list does not accompany the Proposal of the apparent low Bidder, the Owner will require the Bidder to completely fill out this list and submit via fax, no later 4:00 PM from the official closing of the reading of Bids. NOTE: Every item listed under the different phases of construction must be clearly identified so that the Owner will definitely know what the Bidder proposes to furnish. If not applicable indicate NA. The use of a manufacturer or dealer's name only, or stating "as per Plan and Specifications" will not be considered as sufficient identification. Where more than one "make" or "brand" is listed for any one item, the Owner shall have the right to select the one to be used. Please indicate by a (X) in the far right column if the subcontractor is a Minority-Owned or Woman-Owned Business Enterprise; for each MBE/WBE listed, please complete "MBE/WBE Subcontractor/Supplier Form". Failure to submit a proper list may result in rejection of the Bidder's proposal. LIST OF MATERIALS ITEMS BRAND OR MANUFACTURER MBE/WBE Metal Panels BC-14, FP-10
14 INSTRUCTIONS FOR FILING EMPLOYMENT UTILIZATION REPORT The Employment Utilization Report is to be completed by each subject contractor (both prime and sub) and signed by a responsible official of the company. The reports are to be filed within five (5) calendar days after being designated successful bidder and they shall include the total work-hours for each employee classification in each trade in Jefferson County, Kentucky for the reporting period. The Contractor shall submit a report for its aggregate work force and collect and submit reports for each subcontractor's aggregate work force to the University of Louisville Compliance Officer. Additional copies of this form may be obtained from the Purchasing Department. Compliance Agency Contractor University of Louisville assigned responsibility for equal employment opportunity. (Secure this information from the contracting officer.) Any contractor who has a construction contract with the University of Louisville. Minority Includes Blacks, Hispanics, American Indians, Alaskan Natives, and Asian and Pacific Islanders-both men and women. 1. Covered Area Jefferson County, Kentucky 2. Employer's Identification Number Federal Social Security Number used on Employer's Quarterly Federal Tax Return (U.S. Treasury Department Form 941). 3. Current Goals (Minority & Female) Minority % Female - 3.5% 4. Reporting Period Monthly, or as directed by the Compliance Officer, beginning with the effective date of contract. 5. Construction Trade Only those construction crafts which contractor employs in Jefferson County, Kentucky. 6. Work-Hours of Employment a. The total number of male hours and (a-e) the total number of female hours worked by employees classification. b.-e. The total number of male hours and the total number of female hours worked by each specified group of minority employees in each classification. Classification The level of accomplishment or status of the worker in the trade (Journey Worker, Apprentice, Trainee). BC-14, FP-11
15 INSTRUCTIONS FOR FILING EMPLOYMENT UTILIZATION REPORT 7. Minority Percentage The percentage of total minority work-hours of all work hours (the sum of columns 6b, 6c, 6d, and 6e; just one figure for each construction trade). 8. Black Percentage The percentage of black males and females computed from the total number of blacks in 6b. 9. Total Number of Employees Total number of male and total number of female employees working in each classification of each trade in the contractor's aggregate work force during reporting period. 10. Total Number of Minority Employees Total number of male minority employee and total number of female minority employees working in each classification in each trade in the contractor's aggregate work force during reporting period. BC-14, FP-12
16 FORM OF PROPOSAL MBE/WBE SUBCONTRACTOR/SUPPLIER FORM. does commit itself that on the following project: NAME OF COMPANY PROJECT NAME IB BID NUMBER The Bidder agrees to furnish information required by the University of Louisville to indicate the Minority and Woman- Owned Business which it intends to utilize. Breach of this commitment constitutes breach of the Bidder's contract if awarded. NAME OF MINORITY/ WOMAN-OWNED BUSINESS MBE/ WBE TELEPHONE TYPE OF WORK ESTIMATED DOLLAR VALUE PERCENT The undersigned will enter into a formal agreement with the minority or woman-owned business firms for work listed in this schedule conditioned upon execution of a contract with the University of Louisville. Subcontractors and other persons and organizations proposed by the Bidder and accepted by the Owner and the Architect/ Engineer must be used on the work for which they were proposed and accepted and shall not be changed except with the written approval of the Owner and the Architect/Engineer. The undersigned hereby certifies that he or she has read the terms of this commitment and is authorized to bind the Bidder to the commitment herein set forth. Signature and title of authorized official of the company and the date must be properly executed on this document or the bid will be deemed non-responsive. NAME OF AUTHORIZED OFFICER TITLE BC-14, FP-13
17 SIGNATURE DATE FORM OF PROPOSAL RECORD OF MBE/WBE SOLICITATION certifies that the following BIDDER S NAME Minority/Women-Owned firms were contacted to solicit pricing as subcontractors/suppliers for Invitation to Bid No. IB FIRM NAME MBE/WBE WORK ITEMS SOLICITED RESULT: NO RESPONSE OR NOT LOW BIDDER The above firms were not selected for use on this project for the reasons stated in the RESULT column. Failure to submit any of the documentation requested above and in Section may be cause for rejection of bid. Signature Date BC-14, FP-14
18 Title REQUIRED AFFIDAVIT FOR BIDDERS, OFFERORS AND CONTRACTORS FOR BIDS AND CONTRACTS IN GENERAL: I. Each bidder or offeror swears and affirms under penalty of perjury, that: a. In accordance with KRS 45A.110 and KRS 45A.115, neither the bidder or offeror as defined in KRS 45A.070(6), nor the entity which he/she represents, has knowingly violated any provisions of the campaign finance laws of the Commonwealth of Kentucky; and the award of a contract to the bidder or offeror or the entity which he/she represents will not violate any provisions of the campaign finance laws of the Commonwealth. b. The bidder or offeror swears and affirms under penalty of perjury that, to the extent required by Kentucky law, the entity bidding, and all subcontractors therein, are aware of the requirements and penalties outlined in KRS 45A.485; have properly disclosed all information required by this statute; and will continue to comply with such requirements for the duration of any contract awarded. c. The bidder or offeror swears and affirms under penalty of perjury that, to the extent required by Kentucky law, the entity bidding, and its affiliates, are duly registered with the Kentucky Department of Revenue to collect and remit the sales and use tax imposed by KRS Chapter 139, and will remain registered for the duration of any contract awarded. d. The bidder or offeror swears and affirms under penalty of perjury that the entity bidding is not delinquent on any state taxes or fees owed to the Commonwealth of Kentucky and will remain in good standing for the duration of any contract awarded. e. Pursuant to KRS 45A.480 the bidder or offeror swears and affirms under penalty of perjury, that all contractors and subcontractors employed, or that will be employed, under the provisions of this contract shall be in compliance with the requirements for worker s compensation insurance according to KRS Chapter 342 and unemployment insurance according to KRS Chapter 341. f. The bidder or offeror swears and affirms under penalty of perjury that the entity bidding is properly authorized under the laws of the Commonwealth of Kentucky to conduct business in this state; is duly registered with the Kentucky Secretary of State to the extent required by Kentucky law; and will remain in good standing to do business in the Commonwealth of Kentucky for the duration of any contract awarded. g. By his signature, the offeror certifies that he is legally entitled to enter into this contract with the Commonwealth of Kentucky, and by holding and performing this contract will not be violating any conflictof-interest statue (KRS 45A.330, KRS 45A.335, KRS , KRS 45A.990, KRS ) FOR NON-BID CONTRACTS (I.E. SOLE-SOURCE; NOT-PRACTICAL OR FEASIBLE TO BID; OR EMERGENCY CONTRACTS, ETC): II. Each contractor further swears and affirms under penalty of perjury, that: a. In accordance with KRS , and if this is a non-bid contract, neither the contractor, nor any member of his/her immediate family having an interest of 10% or more in any business entity involved in the performance of any contract awarded, have contributed more than the amount specified in KRS to the campaign of the gubernatorial slate elected in the election last preceding the date of contract award. b. In accordance with KRS (1) and (2), and if this is a non-bid contract, neither the contractor, nor officers or employees of the contractor or any entity affiliated with the contractor, nor the spouses of officers or employees of the contractor or any entity affiliated with the contractor, have knowingly contributed more than $5,000 in aggregate to the campaign of a candidate elected in the election last preceding the date of contract award that has jurisdiction over this contract award. BC-14, FP-15
19 c. In accordance with KRS (3) and (4), and if this is a non-bid contract, to the best of his/her knowledge, neither the contractor, nor any member of his/her immediate family, his/her employer, or his/her employees, or any entity affiliated with any of these entities or individuals, have directly solicited contributions in excess of $30,000 in the aggregate for the campaign of a candidate elected in the election last preceding the date of contract award that has jurisdiction over this contract. REQUIRED AFFIDAVIT FOR BIDDERS, OFFERORS AND CONTRACTORS As a duly authorized representative for the bidder, offeror, or contractor, I have fully informed myself regarding the accuracy of all statements made in this affidavit, and acknowledge that the Commonwealth is reasonably relying upon these statements, in making a decision for contract award and any failure to accurately disclose such information may result in contract termination, repayment of funds and other available remedies under law. Signature Printed Name Title Date Company Name Address Subscribed and sworn to before me by (Affiant) (Title) of (Company Name) this day of,20. Notary Public [seal of notary] My commission expires: BC-14, FP-16
INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.
A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:
More informationFayette County Public Schools. Supplier Diversity Program Contract Forms
Fayette County Public Schools Supplier Diversity Program Contract Forms Marilyn Clark Manager of Economic Development Fayette County Public Schools Department of Economic Development 1126 Russell Cave
More informationGUILFORD COUNTY SCHOOLS Invitation for Bids
GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236
More informationSANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP #
SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP # 02182019 TITLE: USING AGENCY: Steed Hall Greenhouse Renovations Sandhills Community College ISSUE DATE: February 18, 2019 ISSUING AGENCY: Sandhills
More informationPart A: PRIME CONTRACTOR PROJECT SUMMARY FORM
Part A: PRIME CONTRACTOR PROJECT SUMMARY FORM Name of Bidder (Offeror): Fed. ID: Address: Telephone: Cell: Email: Fax: Contracting Agency BALTIMORE CITY PUBLIC SCHOOLS Contract (Project) Title Contract
More informationStorage Cages for the Solid Waste Division of the Boone County Fiscal Court
Boone County, Kentucky Bid #: 082517SCSW Storage Cages for the Solid Waste Division of the Boone County Fiscal Court ACCEPTANCE DATE: Prior to 2:00 p.m., August 31, 2017 Local time ACCEPTANCE PLACE Boone
More informationBID FORM. Base Bid Dollars ($ )
To: Richmond University Medical Center 355 Bard Avenue Staten Island, New York 10310 BID FORM In compliance with your Invitation for Bids, the undersigned, (Name of firm, partnership or Corporation) hereby
More informationBULK ICE CONTROL ROCK SALT/SODIUM CHLORIDE
Boone County, Kentucky INVITATION FOR BID #050516PW BULK ICE CONTROL ROCK SALT/SODIUM CHLORIDE ACCEPTANCE DATE: Prior to 2:00 p.m., May 5, 2016 Local time ACCEPTANCE PLACE Boone County Fiscal Court 2950
More informationInterior Signage, BEP and AS&T Buildings
PROJECT MANUAL INVITATION FOR BID # NS-03-12 Interior Signage, BEP and AS&T Buildings BIDS DUE: Thursday, July 28, 2011 @ 2:00 pm ISSUED July 14, 2011 Northern Kentucky University Don Johnson, CPSM, C.P.M.
More informationKENTUCKY STATE UNIVERSITY INVITATION FOR BID KSI SURPLUS VEHICLES 2019
KENTUCKY STATE UNIVERSITY INVITATION FOR BID KSI-19-02 SURPLUS VEHICLES 2019 Issue Date: March 1, 2019 Due Date: March 18, 2019 Purchasing Department 400 East Main Street Academic Services Building, Suite
More informationEASTERN KENTUCKY UNIVERSITY Serving Kentuckians Since Lancaster Avenue CPO 6A-1 Richmond, KY
Office of Finance & Administration Division of Capital Construction & Project Administration EASTERN KENTUCKY UNIVERSITY Serving Kentuckians Since 1906 521 Lancaster Avenue CPO 6A-1 Richmond, KY 40475-3102
More informationADDENDUM NO. 5. Bidders are hereby informed that all bids received on 03/20/2014 have been rejected.
ADDENDUM NO. 5 TO: PLANS AND SPECIFICATIONS FOR STATE OF MISSOURI Replace Emergency Generators Delmina Woods and Gentry Treatment Centers PROJECT NO. H1401-01 Bid Opening Date is: See Below Bidders are
More informationPrior to 2:00 p.m., DECEMBER 8, 2016 Local time
Boone County, Kentucky REQUEST FOR PROPOSAL # 120816PKS-UP Outdoor Aquatic Center Assessment and Feasibility Study for the pool located in the Union Park in Boone County For the Boone County Fiscal Court
More informationDISADVANTAGED BUSINESS ENTERPRISE
DISADVANTAGED BUSINESS ENTERPRISE I. Policy It is the policy of the City of Gardena that Disadvantaged Business Enterprises (DBEs) shall have the maximum opportunity to participate in contracts and subcontracts.
More informationTHE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297
OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,
More informationONONDAGA COUNTY WATER AUTHORITY MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE POLICY
ONONDAGA COUNTY WATER AUTHORITY MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE POLICY I. Policy It is the policy of the Onondaga County Water Authority (OCWA or Authority) to foster and encourage minority
More informationUNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION INSTRUCTION TO BIDDERS TABLE OF CONTENTS
UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION INSTRUCTION TO BIDDERS TABLE OF CONTENTS ARTICLE NO. TITLE PAGE 1. DEFINITIONS IB 2 3 2. BIDDERʹS REPRESENTATION IB 3 3. BIDDING DOCUMENTS
More informationADVERTISEMENT FOR BIDS
CITY OF NORTH KANSAS CITY, MO Department of Public Works 2010 Howell Street North Kansas City, Missouri 64116 Telephone: (816) 274-6004 ADVERTISEMENT FOR BIDS Sealed bids for: Construction of a New Parks
More informationLEGAL NOTICE REQUEST FOR PROPOSAL SEALED PROPOSAL For CONSULTANT FOR MISSOURI RIVER VEHICLE FERRY FEASIBILITY STUDY. For
LEGAL NOTICE REQUEST FOR PROPOSAL SEALED PROPOSAL 16-018 For CONSULTANT FOR MISSOURI RIVER VEHICLE FERRY FEASIBILITY STUDY For ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MISSOURI St. Charles County is
More informationREQUEST FOR PROPOSALS For. Guaranteed Energy Savings Contract
702 KAR 4:160 REQUEST FOR PROPOSALS For Guaranteed Energy Savings Contracts School District Name: Garrard County Schools School District Address: 322 West Maple Avenue, Lancaster, KY 40444 Project: Guaranteed
More informationThe Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals
The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals ( RFP ) Issued by Affinity Insurance Services, Inc. Plan Administrator - MWCARP This RFP is a solicitation
More informationADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES
600 S. Grand Central Parkway, Suite 350 Las Vegas, Nevada 89106-4512 702-676-1500 Fax: 702-676-1518 Tina Quigley, General Manager September 17, 2015 ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO. 15-069 CONSTRUCTION
More informationINFORMATION FOR BID. Tee Shirts (School Nutrition)
BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time
More informationPedestrian Walkway, BOK to Callahan
PROJECT MANUAL INVITATION FOR BID # NS-02-12 Pedestrian Walkway, BOK to Callahan BIDS DUE: Friday, July 15, 2011 @ 2:00 pm ISSUED July 1, 2011 Northern Kentucky University Don Johnson, CPSM, C.P.M. Associate
More informationTOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571
TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been
More informationIFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000
NOTICE TO GENERAL CONTRACTORS IFB: MDI-SAB-14-B-0003 PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 Notice is hereby given that sealed bids for the CONSTRUCTION OF Building 7 Renovations, 2002
More informationMecklenburg County Minority, Women, and Small Business Enterprise Provisions
Mecklenburg County Minority, Women, and Small Business Enterprise Provisions Revised January 1, 2014 M/W/SBE TABLE OF CONTENTS CONTENTS PAGE NUMBER Policy Statement...1 Introduction...2 M/W/SBE Table of
More informationWestern Kentucky University Sports Medicine Complex
Western Kentucky University Sports Medicine Complex REQUEST FOR PROPOSAL RFP# 10085 September 26, 2016 1 Important Information for Potential Bidders. Western Kentucky University has implemented the Unimarket
More informationInvitation No.: EKU Eastern Kentucky University 521 Lancaster Avenue Richmond, KY 40475
Invitation No.: EKU 45-19 Eastern Kentucky University 521 Lancaster Avenue Richmond, KY 40475 Arlington House Roof Replacement THIS IS NOT AN ORDER Non-Mandatory Pre-Bid Conference: September 27, 2018,
More informationNOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000
NOTICE TO GENERAL CONTRACTORS IFB: MDI-SAB-16-B-0004 PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 Notice is hereby given that sealed bids for the Building 18 Site Repairs and Interior Renovation,
More informationBID PROPOSAL. To RM Builders on behalf of the Cherokee Nation Entertainment (hereinafter called Owner).
BID PROPOSAL PLACE: RM Builders 3441 W. 46 th Street Muskogee, OK 74401 BID PACKAGE #: DATE: Proposal of (hereinafter called Bidder) a corporation, organized and existing under the laws of the State of
More informationBID REQUIREMENTS INVITATION TO BID #C19-14
BID REQUIREMENTS INVITATION TO BID #C19-14 The Board of Public Education for the City of Savannah and the County of Chatham, the body corporate responsible for public education in the city of Savannah
More informationCharlotte-Mecklenburg Schools Capital Program Services. Request for Qualifications Architectural Design Services
Charlotte-Mecklenburg Schools Capital Program Services Request for Qualifications Architectural Design Services February 25, 2019 Contents Section 1 - ADVERTISEMENT...1 Section 2 - INTRODUCTION AND OVERVIEW...1
More informationTABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE. I Application 1. II Minority Business Enterprise Goals 1. III Subcontractor Payment Requirements 2
TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE I Application 1 II Minority Business Enterprise Goals 1 III Subcontractor Payment Requirements 2 IV Program Compliance Requirements 3 V Checklist for Review
More informationBID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040
INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one
More informationVMWARE MAINTENANCE AND SUPPORT SERVICES EVENT NO SPECIFICATIONS AND SPECIAL CONDITIONS
VMWARE MAINTENANCE AND SUPPORT SERVICES EVENT NO. 5701 SPECIFICATIONS AND SPECIAL CONDITIONS 4.0 The purpose of these specifications is to describe requirements for the VMWare maintenance and support services
More informationREQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017
REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER 2017-08 February 13, 2017 Request for Qualifications: Project 2017-08 Licensed Professional Architectural Services The EVERETT HOUSING AUTHORITY is soliciting
More informationHADDON TOWNSHIP BOARD OF EDUCATION 500 RHOADS AVENUE WESTMONT, NJ REQUEST FOR PROPOSAL
A. PURPOSE: HADDON TOWNSHIP BOARD OF EDUCATION 500 RHOADS AVENUE WESTMONT, NJ 08108 REQUEST FOR PROPOSAL The Haddon Township Board of Education is seeking proposals from qualified respondents as follows:
More informationProposal No:
City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures
More informationINSTRUCTIONS 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 informationKELTY TAPPY DESIGN, INC.
KELTY TAPPY DESIGN, INC. ARCHITECTURE PLANNING URBAN DESIGN FURNITURE BID DOCUMENTS LAGRANGE COUNTY PUBLIC LIBRARY Introduction Thank you for your interest in providing furniture-related items for the
More informationBIDDER S QUALIFICATION AND EXPERIENCE STATEMENT
BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT The OWNER will require supporting evidence regarding Bidder s Qualifications and competency. The Bidder will be required to furnish all of the applicable
More informationHVAC Remodel Second Floor North Center Building
Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December
More informationLINCOLN 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 informationSTATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM. I hereby certify that (Legal Name of Vendor)
STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM I hereby certify that (Legal Name of Vendor) is in compliance with the Civil Rights Acts of 1964; Executive Orders 11246
More informationINVITATION 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 informationSPECIFICATION NO. PW F
BID SUBMITTAL PACKAGE City of Tacoma Tacoma Public Works Tacoma Rail SPECIFICATION NO. PW17-0282F Mountain Division Tie Replacement MP15-28 Project No. 80021463 BID SUBMITTAL PACKAGE TABLE OF CONTENTS
More informationRequest for Bid/Proposal
Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu
More informationCounty 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 informationRFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals
RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please
More informationThe City of Henderson
The City of Henderson P.O. Box 716 Henderson, Kentucky 42419-0716 Finance Department Phone: 270-831-1200 FAX: 270-831-1246 E-mail: Finance@cityofhendersonky.org May 22, 2014 TO: FROM: SUBJECT: All Prospective
More informationPROPOSAL 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 informationCommonwealth of Kentucky, hereinafter referred to as the University or as the First Party, and
Personal Service Contract Number PS: Account Number: KENTUCKY STATE UNIVERSITY PERSONAL SERVICES CONTRACT ($10,000 or more) THIS CONTRACT is made and entered into this day of, 20, by Total Amount: Contract
More informationPREDETERMINATION OF RESPONSIBILITY UNIVERSITY OF PITTSBURGH {SALK HALL RENOVATION PHASE II} DGS PROJECT NO. { }
PREDETERMINATION OF RESPONSIBILITY UNIVERSITY OF PITTSBURGH {SALK HALL RENOVATION PHASE II} DGS PROJECT NO. {1103-385.4} BID PACKAGE {ELECTRICAL CONSTRUCTION} STATEMENT OF BIDDERS QUALIFICATIONS (Predetermination
More informationDepartment of Transportation Mitchell Region Office
Connecting South Dakota and the Nation Department of Transportation Mitchell Region Office PO Box 1206 Mitchell, SD 57301-7206 605/995-8129 FAX: 605/995-8135 September 15, 2017 TO: Interested Bidders (pdf
More informationInvitation No.: EKU Eastern Kentucky University 521 Lancaster Avenue Richmond, KY Perkins Building Conduit Installation
Invitation No.: EKU 85-18 Eastern Kentucky University 521 Lancaster Avenue Richmond, KY 40475 Perkins Building Conduit Installation THIS IS NOT AN ORDER Non-Mandatory Pre-Bid Conference: Wednesday, September
More informationInvitation No.: EKU Eastern Kentucky University 521 Lancaster Avenue Richmond, KY Cleaning of VRV Units in Telford Hall
Invitation No.: EKU 69-19 Eastern Kentucky University 521 Lancaster Avenue Richmond, KY 40475 Cleaning of VRV Units in Telford Hall THIS IS NOT AN ORDER Non-Mandatory Pre-Bid Conference: December 5, 2018,
More informationCITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIXIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES
CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES The City of Fort Mitchell, Kentucky, will accept sealed bids for Dixie Highway Corridor Removal
More informationProject Manual for Normandie Hall Complex Demolition Phase 1
Project Manual for Normandie Hall Complex Demolition Phase 1 2800 Normandy Drive, St. Louis, MO 63121 Project Number: S7611-03 University of Missouri St. Louis St. Louis, Missouri For: The Curators of
More informationVENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT
VENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT Vendor Name Phone Number Reporting Date Address 1. Recruitment of new employees: How many new employees do you intend
More informationVIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION
VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION SPECIFICATIONS FOR DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST.THOMAS, UNITED STATES VIRGIN ISLANDS JUNE 2016 VIRGIN ISLANDS PORT AUTHORITY
More informationSAN DIEGO CONVENTION CENTER CORPORATION
SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:
More informationCounty 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 informationCompany 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 informationINVITATION FOR BIDS (Informal/FAX)
INVITATION FOR BIDS (Informal/FAX) ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: RFQ-CL06 Issue Date: July 12, 2007 Replacement Curtains Worsham
More informationTotal Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation
*** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is
More informationCONTRACTOR S AGREEMENT REQUEST FOR PROPOSAL/SIGNATURE PAGE
Eastern Kentucky University Purchases & Stores- Commonwealth 14th Floor #1411 521 Lancaster Avenue Richmond, KY 40475 CONTRACTOR S AGREEMENT REQUEST FOR PROPOSAL/SIGNATURE PAGE 38-19 1. REQUEST DATE: 08/27/18
More informationCITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION
CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION CONSTRUCTION & NONCONSTRUCTION CONTRACTORS (VENDORS, SUPPLIERS, CONSULTANTS) Los Angeles Administrative Code (LAAC),
More informationREQUEST FOR QUOTATION For CHAIRS FOR THE CHATHAM COUNTY E911 CALL CENTER QUOTE NUMBER:
REQUEST FOR QUOTATION For CHAIRS FOR THE CHATHAM COUNTY E911 CALL CENTER QUOTE NUMBER: 18-0094-5 The Number Must Appear On All Quotations and Related Correspondence. Quotation must be received NO LATER
More informationOKLAHOMA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE PROGRAM 49 CFR PART 26 APPLICATION FOR CURRENTLY CERTIFIED FIRM
OKLAHOMA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE PROGRAM 49 CFR PART 26 APPLICATION FOR CURRENTLY CERTIFIED FIRM Civil Rights Division Oklahoma Department of Transportation 200 N.E.
More informationX General Construction Structural Steel X HVAC
BID PROPOSAL FORM STOCKTON UNIVERSITY 101 Vera King Farris Drive Purchasing Department Upper N Wing GALLOWAY, NEW JERSEY 08205 This bid proposal shall be returned in a sealed envelope and will be accepted
More informationINVITATION TO BID. ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.
INVITATION TO BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: KCT-01092 RETURN ORIGINAL COPY OF BID TO: Issue Date: October 27, 2017 KCTCS Method
More informationDALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR
DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR LIFE SAFETY UPGRADE OF FLIGHT SERVICES FACILITY AND EXECUTIVE CONFERENCE ROOM IN TERMINAL A CONTRACT
More informationConstruction Dynamics, Inc 6417 Fairfield Rd 400 Percival Rd Columbia, S.C Columbia, S.C
Construction Dynamics, Inc /DESA, Inc A Joint Venture PRE-BID CONFERENCE Richland County Recreation Commission Crane Creek Gymnasium and Administration Addition Package 2B Solicitation # BL004-11-11 2:00PM,
More informationOwner-Contractor Construction Agreement For Owner Controlled Insurance Program
Owner-Contractor Construction Agreement For Owner Controlled Insurance Program This agreement is entered into as of ( Effective Date ) between Lone Star College (the "College"), a public junior college
More information5. 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 informationAlbany Parking Authority 25 Orange Street Albany, NY
Albany Parking Authority 25 Orange Street Albany, NY 12207-2224 REQUEST FOR PROPOSALS RFP-2019-01 Investment Services March 15, 2019 BID DUE DATE: April 3, 2019 This RFP has been developed specifically
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS ARTICLE 1 SPECIAL NOTICE TO BIDDERS A. These Specifications have bound hereto a complete set of bidding and contract forms. One complete signed set of bid forms as detailed in the
More informationINVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY
INVITATION TO BID DUNKIN DONUTS PC# 357658 2529 Fort Campbell Blvd. Hopkinsville, KY PART I - GENERAL INVITATION:. 1. 1. 1. Bid is by invitation of the Owner ONLY. The Contact is as follows: Architect:
More informationSECTION 1.A BID FOR LUMP SUM CONTRACT
SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,
More informationINVITATION TO BID. ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.
INVITATION TO BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: KCT-01147 RETURN ORIGINAL COPY OF BID TO: Issue Date: September 20, 2018 KCTCS
More information(Insert full name of applicant company here)
PALM BEACH COUNTY OFFICE OF SMALL BUSINESS ASSISTANCE APPLICATION FOR CERTIFICATION Please Read This Page Prior To Filling Out Application AFFIDAVIT PALM BEACH COUNTY VENDOR ID # The undersigned does hereby
More informationconstruction plans must be approved for construction by the City PBZ department.
City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00
More informationINVITATION 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 informationCounty of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018
County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)
More informationINVITATION TO BID. ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.
INVITATION TO BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: KCT-01124 RETURN ORIGINAL COPY OF BID TO: Issue Date: June 15, 2018 KCTCS Method
More informationATTACHMENT H MBE FORMS A-E MARYLAND JUDICIARY (MJUD) CERTIFIED MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT MBE FORM A
ATTACHMENT H MBE FORMS A-E MARYLAND JUDICIARY (MJUD) CERTIFIED MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT MBE FORM A THIS AFFIDAVIT MUST BE INCLUDED WITH THE BID/PROPOSAL. IF THE BIDDER/OFFEROR FAILS
More informationCHEROKEE 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 informationPUBLIC 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 informationRequest for Proposals Eastern Kentucky University Construction Manager/General Contractor Services Powell Student Union Renovation RFP 46-18
Request for Proposals Eastern Kentucky University Construction Manager/General Contractor Services Powell Student Union Renovation RFP 46-18 Issued: July 14, 2017 Due: August 11, 2017, 10:00 AM (ET) 521
More informationGORDON 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 informationSEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department
Boone County, Kentucky INVITATION FOR BID # 082417PW SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department ACCEPTANCE DATE: Prior
More informationDocument A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A
Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:
More informationCITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)
CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the upgrade of the existing A/V System for the City of Galesburg, Illinois Instructions to
More informationATTACHMENT A REQUIREMENTS CONCERNING EEO & AFFIRMATIVE ACTION (FOR NON-CONSTRUCTION CONTRACTS AND SUBCONTRACTS)
ATTACHMENT A REQUIREMENTS CONCERNING EEO & AFFIRMATIVE ACTION (FOR NON-CONSTRUCTION CONTRACTS AND SUBCONTRACTS) The GCRTA Office of Business Development is eager to assist you in fully completing the requirements
More informationCity of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,
City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, 30297. Bid Deadline November 3, 2017, at 2pm Purpose: The City of
More informationREQUEST FOR PROPOSAL 3102 TRUCK DRIVING SIMULATOR
REQUEST FOR PROPOSAL 3102 TRUCK DRIVING SIMULATOR Prepared by Community College of Allegheny County Purchasing Department Office of College Services 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233
More informationCITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)
CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the purchase of new cylinders for self contained breathing apparatus (SCBA s) for the Galesburg
More informationNORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS
NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS The Northampton Area School District will receive sealed bids until 11:00 a.m., prevailing time, on March 9, 2018 for the following: General Supplies Cleaning
More informationINVITATION 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