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

Similar documents
County of Ingham. Invitation for Bids (IFB) Packet # Mold Remediation Services. proposals to

SECTION 2 - STANDARD TERMS & CONDITIONS

Request for Proposals Packet #3-11. Portable Restroom Services for the Ingham County Parks and Fairgrounds

County of Ingham. Request for Proposals Packet #121-14

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

County of Ingham. Request for Proposals Packet # Health Benefits Consultant. Sealed Proposals Due: March 13, 2012 at 11:00 A.M.

County of Ingham. Request for Proposals Packet # Mold Remediation Professional Services At the Ingham County Courthouse

County of Ingham. Request for Proposals Packet # Social Justice Project Local Health Department Social Justice Dialogue Processes

Invitation To Bid. for

Ingham County Request for Proposals - Renovation of the Forest Community Health Center (FCHC), Packet #8-15

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

Request for Proposal Public Warning Siren System April 8, 2014

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

Request For Proposal (RFP) for

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CONTRACT FOR SERVICES RECITALS

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

Request for Proposals. For the Read Schoolhouse Preservation Work

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

County of Ingham. Request for Proposals (RFP) Packet # Cost Allocation Plan. Sealed Proposals Due: March 21, 2019 at 11:00 A.M.

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

BAY COUNTY LIBRARY SYSTEM

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

WEXFORD COUNTY REQUEST FOR PROPOSALS

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

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

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

REQUEST FOR BID POLE BUILDING CONSTRUCTION

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

Request for Proposals

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

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

Human Services Building Roof Project (4 flat roofs)

County of Ingham. Request for Proposals Packet # Okemos Road and Sandhill Road Widening. Sealed Proposals Due: March 19, 2015 at 11:00 A.M.

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

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

COUNTY OF PRINCE EDWARD, VIRGINIA

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

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

HAMTRAMCK PUBLIC SCHOOLS REQUEST FOR PROPOSAL HEATING, VENTILATION, AIR CONDITIONING ELECTRICAL, PLUMBING, CARPENTRY & GROUNDS SERVICES

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

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

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

P R O P O S A L F O R M

County of Ingham. Request for Proposals (RFP) Packet # Architectural and Engineering Services for Exterior Renovations to the Hilliard Building

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES

BHP Project IFB #

Invitation To Bid. for

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

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

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

County of Ingham. Request for Proposals (RFP) Packet # Towing Services. Sealed Proposals Due: December 19, 2017 at 11:00 A.M.

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE

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

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

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

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

SOMERSET COUNTY INSURANCE COMMISSION

County of Ingham. Request for Proposals (RFP) Packet # Restorative Justice Training Services. Sealed Proposals Due: January 30, 2019

Central Pierce Fire & Rescue Request for Proposal Asset Financing

Invitation To Bid. for

Invitation To Bid. for

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP)

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

Tacoma Power Conservation Contractor Agreement

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

RFP GENERAL TERMS AND CONDITIONS

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

County of Ingham. Request for Proposals (RFP) Packet # Renovating the Little Red House at the Ingham County Family Center

Mold Remediation and Clean Up of Central High School

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

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

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

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

Asbestos Survey Services

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT

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

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION

RESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER

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

West Ridge Park Ballfield Light Pole Structural Assessment

REQUEST FOR PROPOSALS

Invitation To Bid. for

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

Transcription:

COUNTY OF SAGINAW Request for Proposal Saginaw Spirit Locker Suite Renovations and Addition The DOW (303 Johnson Street, Saginaw) Pre-Proposal/Site Tour Tuesday, November 22, 2016 @ 10:00am The Dow-Lobby (303 Johnson Ave) Sealed Bids Due: Tuesday, December 6, 2016 at 11:00 A.M. Sealed Bids shall be delivered to the: Saginaw County Controller s Office Attn: Kelly Suppes, Purchasing/Risk Manager 111 S. Michigan Ave. Saginaw, Michigan 48602 Phone: (989) 790-5505

I. INTRODUCTION: Saginaw County is seeking proposals from experienced and qualified contractors for entering into an ALL TRADES construction services agreement for the purposes of constructing an addition and renovating the existing Saginaw Spirit Locker Suite, located on the north side of the Arena at 303 Johnson Street, Saginaw, Michigan. II. GENERAL INFORMATION & TERMS AND CONDITIONS: 1. Before submitting a proposal, each proposer shall personally inspect the site of the proposed work to arrive at a clear understanding of the conditions under which the work is to be performed. 2. Submittals, in two (2) copies (one copy shall be marked original ), bearing the title "RFP - The Dow Saginaw Spirit Locker Suite Renovations and Addition Project will be received no later than 11:00 A.M., on Tuesday, December 6, 2016 at: Saginaw County Controller s Office Attention: Kelly M. Suppes, Purchasing/Risk Manager 111 S. Michigan Ave. Saginaw, Michigan 48602 3. Time is of the essence and any Proposal or addenda pertaining thereto received after the announced time and date for submittal, whether by mail or otherwise, will be rejected. It is the sole responsibility of the Proposer for ensuring that their Proposals are submitted to the Controller s Office, Purchasing Department before Tuesday, December 6, 2016 at 11 A.M. This is also the designated time and place for opening the Proposals. Proposals and/or any addenda pertaining thereto, received after the announced time and date of receipt, by mail or otherwise, will be returned. However, nothing in this RFP precludes the County from requesting additional information at any time during the procurement process. 4. Nothing herein is intended to exclude any responsible contractor or in any way restrain or restrict competition. On the contrary, all responsible contractor s are encouraged to submit Proposals. 5. AUTHORITY TO BIND FIRM IN CONTRACT: Proposers MUST provide full firm name and address. Failure to manually sign proposal may disqualify it. Firm name and authorized signature must appear in the space provided on the enclosed Pricing Sheet. 6. MINORITY PROPOSERS: The County encourages all businesses, including minority and womenowned businesses to respond to all Requests for Proposals. 7. ADDITIONAL INFORMATION REQUESTED: Please indicate if your Company has been cited and/or fined within the last five (5) years by any Federal, State or Local regulatory agency. If so, please provide the following information: Date of Citation, Identity of Agency issuing the Citation, Description of Violation, Final Rulings of Agency 8. NONDISCRIMINATION CLAUSE: The Proposer who is selected as the Contractor, as required by law, and/or the Equal Opportunity Employment and Non-Discrimination Policy of Saginaw County, shall not discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions or privilege of employment, or a matter directly or indirectly related to employment because of 2

race, color, religion, sex, sexual orientation, gender identity, national origin, disability, height, weight, marital status, age or political affiliation (except where age, sex or lack of disability constitutes a bona fide occupational qualification.) The vendor shall adhere to all applicable Federal, State and local laws, ordinances, rules and regulations prohibiting discrimination, including, but not limited to, the following: The Elliott-Larsen Civil Rights Act, 1976 PA 453, as amended. The Persons with Disabilities Civil Rights Act, 1976 PA 220, as amended. Section 504 of the Federal Rehabilitation Act of 1973, P.L. 93-112, 87 Stat. 394, as amended, and regulations promulgated there under. The Americans with Disabilities Act of 1990, P.L. 101-336, 104 Stat 328 (42 USCA 12101 et seq), as amended, and regulations promulgated there under. Davis Bacon Act, Public Act 107-217-AUG. 21, 2002 [as amended] providing for Prevailing Wages and benefits by the Department of Labor, State of Michigan, for the trades employed on this project. 9. INDEMNIFICATION AND HOLD HARMLESS: The Contractor awarded the contract shall, at its own expense, protect, defend, indemnify, save and hold harmless the County of Saginaw and its elected and appointed officers, employees, servants and agents from all claims, damages, lawsuits, costs and expenses including, but not limited to, all costs from administrative proceedings, court costs and attorney fees that the County of Saginaw and its elected and appointed officers, employees, servants and agents may incur as a result of the acts, omissions or negligence of the Contractor or its employees, servants, agents or subcontractors that may arise out of the agreement. The Contractor s indemnification responsibility under this section shall include the sum of damages, costs and expenses which are in excess of the sum of damages, costs and expenses which are paid out in behalf of or reimbursed to the County, its officers, employees, servants and agents by the insurance coverage obtained and/or maintained by the Contractor. 10. INSURANCE: The Contractor shall purchase and maintain insurance not less than the limits set forth below. All coverage shall be with insurance companies licensed and admitted to do business in the State of Michigan. Worker's Disability Compensation Insurance including Employers Liability Coverage in accordance with all applicable Statutes of the State of Michigan. Commercial General Liability Insurance on an Occurrence Basis with limits of liability not less than $2,000,000 per occurrence and/or aggregate combined single limit. Coverage shall include the following: (A) contractual liability; (B) products and completed operations; (C) Independent Contractors Coverage; (D) Broad Form General Liability Endorsement or Equivalent. Motor Vehicle Liability Insurance, including Michigan No-Fault Coverage, with limits of liability of not less than $1,000,000 per occurrence combined single limit Bodily Injury and Property Damage. Coverage shall include all owned vehicles, all non-owned vehicles and all hired vehicles. 3

Additional Insured - Commercial General Liability Insurance, as described above, shall include an endorsement stating the following shall be Additional Insureds. The County of Saginaw, all elected and appointed officials, all employees and volunteers, all boards, commissions and/or authorities and board members, including employees and volunteers thereof. Cancellation Notice - All insurances described above shall include an endorsement stating the following: It is understood and agreed that thirty (30) days advanced written notice of cancellation, non-renewal, reduction and/or material change shall be sent to: Saginaw County Purchasing Department, 111 S. Michigan Ave., Saginaw, Michigan 48602. Proof of Insurance - The vendor shall provide to the County of Saginaw at the time the contracts are returned by it for execution, a copy of certificates of insurance for each of the and policies mentioned above. If so requested, certified copies of all policies will be furnished. 11. RIGHT OF REJECTION: The County reserves the right to reject any or all proposals, to waive any informalities or irregularities in proposals, and/or to negotiate separately the terms and conditions of all or any part of the proposals as determined to be in the County s best interests in its sole discretion. 12. STANDARD FORMS: Any preprinted contract forms the vendor proposes to include as part of the contract resulting from this RFP must be submitted as part of the proposal. Any standard contract provisions not submitted as part of the proposal and subsequently presented for inclusion may be rejected. The County reserves the right to accept or reject in whole or in part any form contract submitted by a vendor and/or to require that amendments be made thereto, or that an agreement drafted by the County be utilized. 13. ADVICE OF OMISSION OR MISSTATEMENT: In the event it is evident to a vendor responding to this RFP that the County has omitted or misstated a material requirement to this RFP and/or the services required by this RFP, the responding vendor shall advise Kelly M. Suppes, Purchasing/Risk Manager, at (989) 790-5505 in the Purchasing Department of such omission or misstatement. 14. COST OF PREPARATION: The County will not pay any costs incurred in the proposal preparation, printing or demonstration process. All costs shall be borne by the vendors. 15. NOTIFICATION OF WITHDRAWAL OF PROPOSAL: Proposals may be withdrawn prior to the date and time specified for proposal submission with a formal written notice by an authorized representative of the vendor. Proposals submitted will become the property of the County after the proposal submission deadline. 16. RIGHTS TO PERTINENT MATERIALS: All responses, inquires, and correspondence relating to this RFP and all reports, charts, displays, schedules, exhibits and other documentation produced by the vendors that are submitted as part of the proposal shall become the property of the County after the proposal submission deadline. 17. BONDING: The Contractor awarded the bid will be required to provide a Payment and Performance Bond for this project. All Costs for the Bond must be included in your Bid. 18. FIRM PRICING FOR COUNTY ACCEPTANCE: Proposal price must be firm for County acceptance for ninety (90) days from Proposal opening date. 4

19. REFERENCES: All Proposers must submit at least three (3) references of past projects within the past three (3) years similar in nature both historically and technically to this proposed project. This list shall include company name, person to contact, address and telephone number. 20. BASIS FOR AWARD: Contract award will be made to the lowest responsive and responsible Proposer on a total cost basis. The County reserves the right to negotiate with the lowest responsive and responsible Proposers if all Proposals exceed budget. 21. CONTRACT APPROVAL: The Saginaw County Building Authority must approve the contract resulting from this solicitation. This process typically takes 1-2 weeks from the date the successful Contractor is identified. The County will prepare a formal contract specific to this solicitation for execution by the successful Contractor. 22. FURTHER INFORMATION: Questions about the Proposal process shall be directed to Kelly M. Suppes, Purchasing/Risk Manager, at (989) 790-5505, or by E-mail at ksuppes@saginawcounty.com. Questions about the specifications or scope of work shall be directed to Matt Blasy, Manager of The Dow, at (989) 759-1325, or by E-mail to mattb@doweventcenter.com. III. SCOPE OF WORK: The County solicits interested and qualified private and commercial contractor s to submit proposals for entering into an agreement for the purposes of constructing an addition and renovating the existing Saginaw Spirit Locker Suite, located on the north side of the Arena at The Dow located at 303 Johnson Street, Saginaw, MI 48607. The addition measures approximately 1500 SF, and includes an auger-cast pile/pile cap/grade beam foundation system. Selective renovations to the existing suite are also included. All submittals must conform to the Drawings and Specifications. Schedule The intent is to award and proceed with the project immediately. The intent will be to work on the addition only at the start, and proceed with the balance of the renovation work at the end of the current Spirit Hockey season, beginning April 1 st, 2017. The intent is for all construction work of the addition and renovations to be completed by Mid-August, 2017 (or sooner), prior to the start of the 2017 hockey season. Drawing Index TS Title Sheet C1.1 Existing Site Layout and Site Demolition Plan C2.2 New Site Layout and Grading Plan A0.1 Demolition Plan and Elevations A-1.0 Floor Plan A-1.1 Enlarged Floor Plan A-1.2 Enlarged Floor Plan A3.0 Reflected Ceiling Plan and Roof Plan A4.0 Exterior Elevations A4.1 Building Sections 5

A4.2 Wall Sections & Details A-5.0 Details A-5.5 Millwork Details & Interior Elevations A-6.0 Room & Door Schedules A-6.1 Floor Finish Plan S0.1 Structural General Notes S2.01 Foundation & Slab Plan S3.01 Floor Slab Plan S4.01 Foundation Details S4.02 Foundation Details S6.01 Roof Framing Plan S7.01 Framing Details M0.0 Mechanical Specifications and Notes M3.0 HVAC Floor Plans M7.0 Mechanical Details P0.0 Plumbing Specifications and Notes P3.0 Partial First Floor Plumbing Plans P3.1 Partial First Floor Piping Plans P6.0 Plumbing and Piping Details E0.0 General Notes E0.1 Electrical Specifications E1.0 Demolition Drawings E3.0 Lighting & Power Plans E7.0 Panel Schedules 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUBMITTALS A. Product data: As required by the project documents, drawings and specifications. B. Warranties: Submit current samples of any applicable manufacturer's warranties that will be issued for this project. 1.3 PROJECT CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit system to be installed according to manufacturer's written instructions and warranty requirements. 1.4 REGULATORY REQUIREMENTS 6

A. The Contractor shall comply with all applicable Federal, State and local laws, ordinances, rules and regulations pertaining to the performance of the work specified herein. B. The Contractor shall obtain all permits, licenses, and certificates, or any such approvals of plans or specifications as may be required by Federal, State and local laws, ordinances, rules, and regulations, for the proper execution and completion of the work specified herein. 1.5 USE OF PREMISES A. The Contractor is to repair or replace to the full satisfaction of the County, or reimburse the County for damages to County-owned facilities caused by the Contractor, as a result of the performance of the work specified herein. B. During the progress of the work specified herein, the Contractor shall keep the premises free from the accumulation of waste materials, rubbish, and other debris resulting from the work. At the completion of the work, the Contractor shall remove all waste materials, rubbish, and debris from and about the premises as well as all tools, appliances, construction equipment, machinery, and surplus materials. The Contractor shall leave the site clean and ready for use by the County. 1.6 SAFETY AND PROTECTION A. The Contractor and its Subcontractors shall be solely and completely responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work. The Contractor shall take all necessary protection to prevent injury to all employees on the work site and other persons including, but not limited to, the general public who may be affected thereby. B. The Contractor and its Subcontractors, performing services for the County of Saginaw are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. C. Under no circumstances shall any tools of any kind or materials being used be left unattended. The County will make arrangements for lock up of items. D. If the work to be performed under this contract requires the use of any product which contains any ingredient that could be hazardous or injurious to a person's health, a Material Safety Data Sheet (MSDS) must be submitted to the Maintenance Director prior to commencement of work. E. The Contractor's employees shall wear appropriate safety gear, uniforms, and footwear that comply with all legal requirements including, but not limited to, OSHA (Occupational Safety and Health Administration) requirements. 1.7 WORKMANSHIP AND INSPECTION A. All work under the resulting contract shall be performed in a skillful and workmanlike manner, and according to applicable code. B. The County may, at its sole discretion, require the Contractor to remove any employee from work that the County deems incompetent or careless. Further, the County may, from time to time, make inspections of the work performed under this contract. Any inspection by the County does not relieve the Contractor from any responsibility regarding defects or other failures to meet the contract requirements. 7

PROPOSERS DATA SHEET (Please type or print clearly in ink only) RFP Locker Suite Renovations and Addition Project (The Dow) Tuesday, December 6, 2016 @ 11:00am **TO BE COMPLETED BY PROPOSERS AND SUBMITTED WITH PROPOSAL** QUALIFICATIONS OF PROPOSERS: The Contractor shall have the capability and capacity in all respects to fulfill the contractual requirements to the satisfaction of the County. Indicate the length of time you have been in business as a company providing the type of service required for this contract. years months Provide a minimum of three (3) references that may substantiate your past work performance and experience in the type of work required for this contract. Name, Address, Phone Number, Scope of Services Performed, and Contact Person 1. 2. 3. 8

PRICING SHEET (Please type or print clearly in ink only) RFP Locker Suite Renovations and Addition Project (The Dow) Tuesday, December 6, 2016 @ 11:00am **TO BE COMPLETED BY PROPOSERS AND SUBMITTED WITH PROPOSAL** 1. Total Cost to perform services described herein $ (Provide detailed cost proposal as an attachment, include Payment & Performance Bond) 2. Earliest Starting Date Project Completion 3. Contractor Company Name: 4. Company Address: 5. Company Phone: 6. Fax: 7. Contact Name/Title: 8. Contact Phone/Fax: 9. Contact Email Address: 10. Name and title of person authorized to sign on behalf of your company: 11. Signature/date: 9

SIGNATURE SHEET (Please type or print clearly in ink only) RFP Locker Suite Renovations and Addition Project (The Dow) Tuesday, December 6, 2016 @ 11:00am **TO BE COMPLETED BY PROPOSERS AND SUBMITTED WITH PROPOSAL** My signature certifies that the Proposal as submitted complies with all Terms and Conditions as set forth in this RFP. My signature also certifies that the accompanying Proposal is not the result of, or affected by, any unlawful act of collusion with another person or company engaged in the same line of business or commerce. I hereby certify that I am authorized to sign as a Representative for the Firm: Complete Legal Name of Firm: Order from Address: Remit to Address: Fed ID No.: (Attach Form W9) Signature: Name (type/print): Title: Telephone: ( ) Fax No.: ) Date: 10